SPECIFICATIONS AND FORMS OF CONTRACT AND BONDS

FOR

REHBILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS PROJECT NO: PW20-0002

JUNE 2020

CITY OF CEDAR HILL, TEXAS

Prepared by

DELTATEK ENGINEERING Firm Registration Number F-4419 214-232-5040 [email protected]

SPECIFICATIONS AND FORMS OF CONTRACT AND BONDS

FOR

REHBILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS PROJECT NO: PW20-0002

JUNE 2020

CITY OF CEDAR HILL, TEXAS Prepared by

DELTATEK ENGINEERING 6/8/2020 Firm Registration Number F-4419 214-232-5040 [email protected]

CITY OFFICIALS

MAYOR

Stephan Manson

COUNCIL MEMBERS

Mayor Stephan Manson Clifford R. Shaw, Mayor Pro Tem Shirley Daniels, Council Member Gregory Glover, Council Member Daniel C. Haydin, Jr, Council Member Chad A. McCurdy, Council Member Alan E. Sims, Council Member

CITY MANAGER

Greg Porter

ASSISTANT CITY MANAGER

Melissa Valdez-Cummings

DIRECTOR OF PUBLIC WORKS

Tom Johnson, P.E.

DELTATEK ENGINEERING Firm Registration Number F-4419 214-232-5040

TABLE OF CONTENTS

ADDENDA

Section 1: Bidding Documents Notice to Contractors Instructions to Bidders Bid Form Non-Collusion Statement Conflict of Interest Questionnaire Bid Bond

Section 2: Contract Documents

Standard Form of Agreement (Contract) Certificate of Insurance General Instruction for Bonds Performance Bond Payment Bond Maintenance Bond

Section 3: List of Applicable Standard Specifications

Section 4: Special Conditions

Section 5: Special Provisions – Wage Decisions & HUD Requirements

Section 6: Technical Specifications

Section 7: Permits

Appendix A Not Applicable

Appendix B Supplemental Project Information

For this project, the Standard Specifications for Public Works Construction - North Central Texas, (latest Edition) as prepared by the North Central Texas Council of Governments (NCTCOG), the City of Cedar Hill Standard Construction Details rev. August 19, 2002 latest edition, and Texas Department of Transportation (TxDOT), June 1, 2004 edition, shall govern all work to be done, together with any additional Special Specifications or Specific Project Requirements included herein.

SECTION 1 – BIDDING DOCUMENTS NOTICE TO CONTRACTORS

REHBILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS

Sealed bids addressed to the Purchasing Agent will be received at Cedar Hill Government Center, 285 Uptown Blvd, Bldg # 100, Cedar Hill, Texas 75104 until 2:00 pm, Thursday July 9, 2020, and then publicly opened and read, on the steps of the Government Center with social distancing rules in effect, for furnishing all necessary materials, bypass pumping, machinery, equipment, project supervision, and performing all work required for the construction of the Rehabilitation of Sherwood Wastewater Lift Station & Upgrades to Various Locations.

All questions regarding the bidding documents shall be addressed to Mr. Adam Campbell, City of Cedar Hill (972) 291-5126 Extension 2824.

This project includes installation of new pumping units, controls, and piping modifications, electrical upgrade, concrete repairs, new wet well top and hatch at this wastewater lift station. Bypass pumping will be required.

All Prebid questions shall be directed to Deltatek Engineering (Attn: Bahram Niknam, P.E.) via email at [email protected].

Proposals shall be accompanied by a cashier's or certified check upon a national or state bank, or savings and loan in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Cedar Hill (herein the “Owner”), or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance bond and payment bond within ten (10) business days after notice of award of contract to the Contractor. The notice of award of contract will be given by the Owner within ninety (90) calendar days following the opening of bids.

The successful bidder must furnish a performance bond upon the form provided in the amount of 100 percent of the contract price and a material and labor payment bond upon the form provided in the amount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety, or other surety or sureties acceptable to the Owner.

The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any informality in bids received.

Plans, specifications and bidding documents (PDF format) may be obtained by contacting the offices of Deltatek Engineering, Bahram Niknam, P.E. @ (214) 232-5040, [email protected] or Joel Daugherty @ (972) 358-8620, [email protected] during the hours 8:30 am – 4:30 pm Monday – Friday.

CITY OF CEDAR HILL, TEXAS

By: s/ Stephan Mason Stephan Mason, Mayor

Advertisement Dates:

1st Advertisement: June 14, 2020

2nd Advertisement: June 21, 2020 INSTRUCTIONS TO BIDDERS

1. Defined Terms.

Terms used in these Instructions to Bidders which are defined in the Standard Specifications for Public Works Construction - North Central Texas, Fourth Edition, as prepared by the NCTCOG and the Supplementary Conditions of Agreement have the meanings assigned to them in these General Conditions. The term "Bidder" means one who submits a Bid directly to Owner, as distinct from a sub-bidder, who submits a bid to a Bidder. The term "Successful Bidder" means the lowest, qualified, responsible Bidder to whom the Owner (on the basis of the Owner's evaluation as hereinafter provided) makes an award. The term "Bidding Documents" includes the Notice to Contractors, Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including all Addenda issued prior to receipt of bids). Specific defined terms are:

Owner: Wherever the word "OWNER" is used in the specifications and Contract Documents, it shall be understood as referring to the City of Cedar Hill, Texas.

Engineer: Wherever the word "ENGINEER" is used in the specifications and Contract Documents, it shall be understood as referring to Deltatek Engineering.

Inspector: The representative of the City of Cedar Hill assigned to observe and inspect any or all parts of the work and the materials to be used therein.

2. Scope of Work.

The scope of work consists of Rehabilitation of Sherwood Wastewater Lift Station located at 723 Sherwood Ct., Cedar Hill, TX 75104, by replacing with new submersible pumping units, piping, control panels, concrete repair, new wetwell top, etc. Also included is the Omni Crystal Ball installation at two (2) additional lift stations and SCADA HMI Upgrade on the City provided computer at the Public Works Service Center.

3. Copies of Bidding Documents.

3.1 Complete sets of the Bidding Documents in PDF format may be obtained from the offices of Deltatek Engineering, for no charge. The following general requirements pertain to the Bidding Documents:

A. No bidding documents will be issued later than 1:30 pm. on June 30, 2020.

B. After award of the Contract, the successful Bidder will be furnished five (5) sets of Contract Documents at no charge.

3.2 Complete sets of Bidding Documents must be used in preparing Bids; the City of Cedar Hill assumes no responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. No partial sets of plans, specifications or proposal forms will be issued.

3.3 The Owner, in making copies of Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the Work and does not confer a license or grant for any other use. 4. Qualifications of Bidders.

The Bidder shall submit within five (5) business days of the Owner's request such evidence as the Owner may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. The required information to be submitted shall consist of, but shall not necessarily be limited to, the following:

A. Current Project Experience.

A list of all projects presently under construction by the bidder including approximate cost and completion date shall be submitted upon request.

B. Past Project Experience.

The Bidder shall submit a list of comparable projects completed within the previous five years including approximate cost(s), quantities, and completion date(s). Provide a list of at least five (5) recent project references. Include contact name, address, and phone number.

C. Equipment.

The Bidder shall provide a list of equipment which will be used on this project. The Bidder shall demonstrate that he has adequate equipment to complete this project, properly and expeditiously and shall state what additional equipment, if any, that he must rent/lease as may be required to complete this project.

D. Financial.

Each Bidder shall be prepared to submit upon request of the Owner a balanced financial statement with no evidence of threatening losses as evidenced by an audited certified financial statement (current within the last six (6) months of bid date). This information will be used to confirm that the Bidder has suitable financial status to meet obligations incidental to performing the work.

E. Technical Experience.

The Bidder shall demonstrate to the satisfaction of the Owner that he has the technical experience to properly complete this project.

F. Proof that the bidder maintains a permanent place of business.

5. Conflict of Interest.

No member of the City Council or any officer or employee of the OWNER shall have a financial interest, direct or indirect, in any contract with the OWNER, nor shall be financially interested, directly or indirectly, in the sale to the OWNER of any land, or rights or interest in any land, materials, supplies or services. The CONTRACTOR represents that no member of the City Council, employee or officer of the OWNER has an interest in the CONTRACTOR.

The Contractor represents that no employee or officer of the City has an interest in the Contractor.

6. Examination of Contract Documents and Sites.

6.1 Access to the sites shall be from the street and right-of-way at the respective intersections. The contractor shall be fully and solely responsible for providing necessary and adequate barricades in accordance with the City of Cedar Hill requirements. Prospective Bidders shall respect all public facilities and private property. It is the responsibility of each Bidder before submitting a Bid, to: (a) examine the Contract Documents thoroughly, (b) visit the sites to become familiar with local conditions that may affect cost, progress, performance or furnishing of the Work, (c) consider federal, state and local laws and regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder's observations with the Contract Documents, and (e) notify Engineer of all conflicts, errors or discrepancies in the Contract Documents. Failure to make these examinations shall in no way relieve any Bidder from the responsibility of fulfilling all of the terms of the contract, without additional cost to the Owner.

6.2 The location and depth of existing utilities shown on the plans are approximate and may not include all utilities within the site. All existing structures, improvements, and utilities shall be located and adequately protected, at the sole cost and expense of the Contractor, from damage that might otherwise occur due to construction operations. Where construction comes in close proximity to existing structures or utilities, or if it becomes necessary to move services, poles, guy wires, pipelines, or other obstructions, it shall be the Contractor's responsibility to notify and cooperate with the utility or structure owner. The Contractor shall be fully and solely responsible for verifying locations and depths sufficiently in advance of construction such that necessary adjustments may be made to allow for the proper installation. The Contractor shall be liable for damage to any utilities resulting from the construction of this project.

6.3 The core soil borings furnished in the project specifications are for the convenience of the contractor. The contractor shall be responsible for any additional soil or geotechnical information required for the construction of the project.

6.4 Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface and underground facilities) at or contiguous to the site or otherwise which may affect cost, progress, performance or furnishing of the Work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Contract Documents.

6.5 On request in advance, Owner will provide each Bidder access to the sites to conduct explorations and tests as each Bidder deems necessary for submission of a Bid. Bidder shall fill all holes, clean up and restore the sites to its former conditions upon completion of such explorations.

6.6 The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract documents.

6.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 6, that without exception the Bid is premised upon performing and furnishing the work required by the Contract Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents, and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work.

7. Interpretations and addenda.

7.1 Any questions regarding interpretations or clarifications or any other aspect of the bid shall be submitted in writing to the OWNER. Only questions addressed by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions received less than two days prior to the date for opening of Bids may not be answered. Each Bidder shall acknowledge on the bid proposal that all Addenda issued have been received.

7.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by the Owner.

7.3 Should a bidder find discrepancies in, or omissions from, the plans, specifications, or contract documents, or should he be in doubt as to their meaning, he shall at once notify the Engineer in order that a written addendum may be sent to all bidders.

8. Contract Time.

8.1 The time for completion in calendar days should be included on the Bid Summary in the space provided. All work shall be complete within the calendar day count required by the Bid Summary. The calendar day count shall commence ten (10) calendar days after the date of the Notice to Proceed.

8.2 Prior to the issuance of the Notice to Proceed by the Owner, the Contractor shall submit a detailed Progress and Schedule bar chart to the Owner for approval.

8.3 Extension of the contract time shall be based on a Change Order or written amendment as specified in Item 108.8 of the General Provisions.

8.4 BIDDER agrees that all work awarded will be completed within 180 Calendar days. Should an inclement weather day occur, the Contractor will submit written documentation to the Construction Inspector assigned by the City for review and acceptance. If the request is approved, additional day(s) will be added to the Contract Time using procedures outlined in 8.3 above. Contract time will commence to run as provided in the Contract Documents.

9. Substitute or "Or-Equal" Items.

The Contract, if awarded, will be on the basis of materials and equipment described in the Drawings or specified in the Specifications without consideration of possible substitute or "or-equal" items. Whenever it is indicated in the Drawings or specified in the Specifications that a substitute or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer and Owner, application for such acceptance will not be considered until after the Effective Date of the Agreement. No substitutions should be considered during the bidding process.

10. Subcontractors, Suppliers, and Others.

10.1 If the Owner requests the identity of any Subcontractors, Suppliers, or other persons or organizations to be submitted to the Owner in advance of the specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within seven (7) business days after the request submit to the Owner a list of all such Subcontractors, Suppliers and other persons and organizations proposed for those portions of the Work for which such identification is requested. An experience statement shall accompany such list with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, supplier, person or organization if requested by the Owner. If the Owner, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, other person or organization, may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute in which case the apparent Successful Bidder shall submit an acceptable substitute. Bidder's Bid price may be increased (or decreased) by the difference in cost occasioned by such substitution, and the Owner may consider such price adjustment in evaluating Bids and making the contract award.

If the apparent Successful Bidder declines to make any such substitution, the Owner may award the contract to the next lowest and acceptable Bidder that proposes to use acceptable Subcontractors, Suppliers, other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Bidder.

10.2 No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against which Contractor has reasonable objection.

11. Professional Services.

In selecting an architect, engineer or land surveyor, etc., to provide professional services, if any, that are required by the specifications, bidder shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and so shall certify to the City of Cedar Hill with its bid. (Please attach certification to submitted bid).

12 Bid Proposal.

The blank spaces in the Bid Form shall be filled in for each item for which a quantity is given and the Bidder shall state the price for which he proposes to do each item of work. All blanks on the bid form must be completed in ink or typed. No substitutions, revisions, or omissions from the plans and/or specifications will be accepted unless authorized in writing by the Owner.

13. Provision Concerning Escalator Clauses.

Bids containing any condition which provides for changes in the stated bid prices due to increase or decrease in the costs of materials, labor, or other items required for this project, may be rejected and returned to the Bidder without being considered.

14. Estimates of Quantities.

The quantities listed in the Bid Form will be considered as approximate and will be used for the comparison of bids. Payments will be made to the Contractor only for the actual quantities of work performed or materials furnished in accordance with the contract. The quantity of work to be done and the materials may be increased or decreased as provided for in the Contract Documents.

15. Submission of Bids.

Bids will be received by the Purchasing Agent and may be submitted to the receptionist in the foyer of City Hall located at 285 Uptown Blvd., Cedar Hill, Texas 75104 until 2:00 p.m., local time on July 9, 2020, and then publicly opened and read aloud on the steps of the Government building with social distancing in effect. Two identical copies of the bid enclosed in an opaque sealed envelope and marked with the project title: REHABILITION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS and the name and address of the Bidder shall be submitted. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation “BID ENCLOSED: DO NOT OPEN UNTIL BID DATE, REHABILITION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS, City of Cedar Hill, on the face of it and addressed to the Purchasing Agent, City of Cedar Hill, 285 Uptown Blvd., Cedar Hill, Texas 75104.

15.1 Bidder will submit with their Bid the completed Clean Construction Questionnaire.

16. Modification and Withdrawal of Bids.

16.1 Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.

16.2 If, within twenty-four hours after the Bids are opened, any Bidder files a duly signed written notice with the Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of the Bid, that Bidder may withdraw his bid. Thereafter, that Bidder will be disqualified from further bidding on the work.

17. Rejection of Bids.

Bids may be rejected if they show alterations of form, additions not called for, conditional bids, incomplete bids, erasures or irregularities of any kind. The Owner reserves the right to waive any irregularities in the bids as received and to reject any and all bids without qualification(s). More than one bid from an individual, firm or partnership, corporation or association, under the same or different names, will not be considered. Reasonable grounds for believing that a Bidder is interested in more than one such bid may cause the rejection of all bids in which said Bidder is interested. Bids in which prices are obviously unbalanced may be rejected.

18. Bids to Remain Subject to Acceptance.

All Bids will remain subject to acceptance for ninety (90) calendar days after the day of the Bid opening, but the Owner may, in its sole discretion, release any Bid prior to that date.

19. Award of Contract.

19.1 The Owner reserves the right to reject any and all bids, to waive any and all informalities except for the time of submission of the Bid and to negotiate contract terms with the Successful Bidder. The Owner also reserves the right to reject all nonconforming, non-responsive, unbalanced or conditional Bids. Also, the Owner reserves the right to reject the Bid of any Bidder if the Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or has doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Owner. Discrepancies in the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.

19.2 In evaluating Bids, the owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, completion time, and other data, as may be requested in the Bid form or prior to the Notice of Award.

19.3 The Owner may consider the qualifications and experience of any Subcontractors, Suppliers, or other persons or organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as requested by the Owner. The Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award.

19.4 The Owner may consider its past experience with the Bidder and any Subcontractors, Suppliers or other persons or organizations proposed to perform any portions of the Work, and the Owner reserves the right to reject any and all bids from persons or organizations with whom the Owner has previously experienced problems including but not limited to issues relating to performance, workmanship, and disputes or litigation.

19.5 The Owner may conduct such investigations as the owner deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial stability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to the Owner's satisfaction within the prescribed time.

19.6 If contract is to be awarded, it will be awarded to the lowest and best qualified Bidder whose evaluation by the Owner indicates to the Owner that the award will be in the best interests of the Project

19.7 If the contract is to be awarded, the Owner will give the Successful Bidder a Notice of Award within ninety (90) calendar days after the date of the Bid opening.

20. Execution of Agreement.

Within ten (10) business days after written Notification of Award of the contract, the Successful Bidder shall execute and furnish to the Owner four (4) original signed contract documents including Addenda, completed Certificate of Insurance, Payment, Performance, and Maintenance Bonds. A conformed contract document and authorized set of construction plans will be issued to the Contractor from the Owner for use at the Construction site. Only a complete set of authorized plans and contract documents are to be on site and considered valid.

21. Affidavit of Bills Paid.

Prior to, and as a condition for, final acceptance of this project by the Owner, the Contractor shall execute an affidavit that all bills for labor, materials, and incidentals incurred in the project construction have been paid in full, and that there are no claims pending.

22. Bid Compliance.

Bid must comply with all Federal, State, County and local laws.

23. Notice to Proceed.

Upon execution of the Contract, the Owner will issue a written Notice to Proceed to the Contractor requesting that he proceed with the construction. The Contractor shall commence work within ten (10) calendar days after the date of Notice to Proceed.

24. Sales Tax.

The Owner qualifies as an exempt agency as defined by the Statutes of the State of Texas. The Contractor shall comply with all Statutes and Rulings of The State Comptroller.

The Contractor shall pay all sales, consumer, use, and similar taxes required to be paid by the Contractor in accordance with the laws and regulations of the State.

25. Silence of Specification.

The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement by Owner or their authorized representative.

26. Change Orders.

No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the Owner.

27. Assignment.

The Successful Bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of Owner.

28. Governing Law and Venue.

This agreement will be governed and construed according to the laws of the State of Texas. Venue for any action arising from or related to this agreement shall be Dallas County, Texas.

29. Maintenance Bond.

Upon City Final Acceptance, any contractor doing work in Cedar Hill is required to provide the city with a minimum Two (2) year Maintenance Bond. The maintenance bond shall be in the amount of Fifty (50%) percent of the amount of the contract amount.

END OF INSTRUCTIONS TO BIDDERS BID FORM

PROJECT IDENTIFICATION: REHABILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS. PROJECT No. PW20-0002

BID OF: (NAME OF FIRM)

THIS BID IS SUBMITTED TO: CITY OF CEDAR HILL, TEXAS (OWNER) C/O PURCHASING AGENT 285 UPTOWN BLVD., CEDAR HILL, TEXAS

The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named herein, that this proposal is made without collusion with any other person, firm, or corporation, that he has carefully examined the Forms of Contract, Invitation for Bids, specifications and the plans therein referred to, and has carefully examined the location, conditions, and classes of materials of the proposed work, and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein.

It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids.

It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be necessary to complete the work fully as planned and contemplated, and that all quantities of work, whether increased or decreased, are to be performed at the unit prices set forth below except as provided for in the specifications.

It is further agreed that lump sum prices may be increased to cover additional work not shown on the plans or required by the specifications, in accordance with the provisions of the General Conditions. Similarly, the price may be decreased to cover deletions of work so ordered.

It is understood and agreed that the work is to be completed in full within the time designated in the Special Conditions of these specifications.

Accompanying this proposal is a (Certified or Cashier's Check payable to the Owner) (Bid Bond) in the amount of Dollars ($ ).

The bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to execute a contract and file a performance bond and a payment bond within ten (10) days after its acceptance, in which case the bid security shall become the property of the Owner and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids.

REHABILITON OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS PROJECT NO: PW20-0002

PAY APPX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish & install, including all appurtenant work, complete in place, the following items):

REHABILITTION OF SHERWOOD WASTEWATER LIFT STATION

1 1 LS Mobilization.

Dollars &

Cents $ $

2 1 LS Furnish labor & materials to provide bypass pumping as required during the station modification. Includes 24 hour monitoring & response.

Dollars &

Cents $ $

3 1 LS Furnish labor & materials to modify existing wetwell as detailed on the drawings. Includes demolition and replacement of roof.

Dollars &

Cents $ $

4 2 EA Furnish & install submersible pumping units. Includes pumps, guiderails, lifting eye & chain, piping and control panels.

Dollars &

Cents $ $

5 1 LS Furnish labor & material to construct new valve vault as indicated on plans.

Dollars &

Cents $ $

6 1 LS Furnish & install pump discharge piping. Includes isolation valves, check valves, & piping.

Dollars &

Cents $ $

PAY APPX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish & install, including all appurtenant work, complete in place, the following items):

7 1 LS Furnish labor and material to connect to existing force main and abandoned existing force main in place.

Dollars &

Cents $ $

8 1 LS Furnish labor & materials to coat existing wetwell and valve vault as detailed in Spec 09900.

Dollars &

Cents $ $

9 1 LS Furnish & install 5’ Dia. Manhole w/30” ring and lid with City Logo.

Dollars &

Cents $ $

10 7 YD Furnish Labor & material to remove & replace existing driveway as indicated on plans.

Dollars &

Cents $ $

11 4.5 YD Furnish Labor & material to install concrete pad inside new fence as indicated on plans, (grade to drain to drainage ditch).

Dollars &

Cents $ $

12 1 LS Furnish & install all electrical work shown on plans & described in specifications, (slope to drain away from wetwell & valve vault).

Dollars &

Cents $ $

13 1 EA Coordination with ONCOR and City staff for power outages required to tie in new equipment.

Dollars &

Cents $ $

PAY APPX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish & install, including all appurtenant work, complete in place, the following items):

14 1 LS Furnish & install Omni Crystal Ball Autodialer as indicated on plans and specifications, (including programming as required).

Dollars &

Cents $ $

15 1 LS SCADA modifications and programming as required. (Control Integrity, Inc. 972-333-6932)

Dollars &

Cents $ $

16 1 LS Furnish & install new site fencing & gate with mow strip as indicated on plans. Includes demolition of existing fence.

Dollars &

Cents $ $

17 1 LS Furnish labor & material to install Rock Rip-Rap as indicated on plans.

Dollars &

Cents $ $

18 1 LS Remove and haul off Chinaberry tree as indicated on plans, (protect all other trees and bushes as indicated on plans).

Dollars &

Cents $ $

19 1 LS Clean and restore site, including reestablish grass.

Dollars &

Cents $ $

20 2 DA Operation & maintenance training by an authorized manufacturing representative.

Dollars &

Cents $ $

PAY APPX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish & install, including all appurtenant work, complete in place, the following items):

TOTAL BID REHABILITATION OF SHERWOOD WASTEWATER LIFT STATION

Dollars &

Cents $

UPGRADES AT VARIOUS LOCATIONS

21 2 EA Furnish & install Omni Crystal Ball Autodialer at two (2) Lift Station Sites as indicated on plans and specifications, (including programming as required).

Dollars &

Cents $ $

22 1 LS Coordination with City staff for SCADA outages required to tie in new equipment.

Dollars &

Cents $ $

23 1 LS SCADA modifications and programming as required at Public Works Service Center on the City provided computer. (Control Integrity, Inc. 972-333-6932)

Dollars &

Cents $ $

TOTAL BID FOR UPGRADES AT VARIOUS LOCATIONS

Dollars &

Cents $

TOTAL BID FOR REHABILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS

Dollars &

Cents $

PAY APPX. DESCRIPTION OF ITEMS WITH UNIT AMOUNT ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID (Furnish & install, including all appurtenant work, complete in place, the following items):

ALTERNATE BID ITEMS:

24 1 LS Furnish 60 Months of Data Service for Beltline , State Park & Sherwood Wastewater Lift Stations.

Dollars &

Cents $ $

25 1 LS Furnish 120 Months of Data Service for Beltline , State Park & Sherwood Wastewater Lift Stations.

Dollars &

Cents $ $

TOTAL BID FOR ALTERNATE BID ITEMS

Dollars &

Cents $

(Unit prices are to be shown in both words & figures. In case of a discrepancy, the unit price in words will prevail. Prices listed above are the only compensation to be made. All items of work required to complete the work as shown in the plans & as specified which are not listed as a pay item in this proposal are considered subsidiary to the items listed & the cost of the subsidiary work should be included therein.)

CITY OF CEDAR HILL BID SCHEDULE SUMMARY FOR

REHABILITON OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS

PROJECT NO: PW20-0002

TOTAL BID AMOUNT $

The City of Cedar Hill reserves the right to delete any portion of this project as it may deem necessary to stay within the City’s available funds. Should the City elect to delete any portion, the contract quantities will be adjusted accordingly.

SUBMITTED ON (DATE):

The work proposed to be done shall be accepted when fully completed and finished in accordance with the plans and specifications and to the satisfaction of the Owner and Engineer.

The Contractor shall begin the work as specified in the work order and agrees to complete the work within 180 calendar days from the date specified in the work order.

In the event of the award of a contract to the undersigned, the undersigned will furnish a Performance Bond and Payment Bond for the full amount of the contract.

The undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final.

NOTE: Unit and lump sum prices must be shown in words and figures for each item listed in the proposal and in the event of discrepancy the words shall control.

Receipt is hereby acknowledged for the following addenda to the contract documents:

Addendum No. 1 dated Received Addendum No. 2 dated Received Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received

Contractor

By: please print name)

Signature:

Title:

Seal and Authorization (If a Corporation) Address

City, County, State and Zip

Telephone Fax No.

E-Mail Address:

NON-COLLUSION STATEMENT

The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other Bidder, and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid.

Vendor:

Address:

City, State, Zip Code:

Phone:

Fax:

Authorized Rep. (Name):

Signature of Authorized Rep.:

Position with Company:

E-Mail (if available)

EXCEPTIONS (IF ANY) FROM BID SPECIFICATIONS:

BIDDER TO INSERT BID BOND HERE

SECTION 2 – CONTRACT DOCUMENTS

STANDARD FORM OF AGREEMENT

STATE OF TEXAS }

COUNTY OF DALLAS }

THIS AGREEMENT, made and entered into this day of , A.D. 2020, by and between The City of Cedar Hill of the County of Dallas and State of Texas, acting through Its Mayor thereunto duly authorized so to do, Party of the First Part, hereinafter termed OWNER, and

of the City of , County of and State of , Party of the Second Part, hereinafter termed CONTRACTOR.

WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bond bearing even date herewith, the said Party of the Second Part (CONTRACTOR), hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows:

REHABILITOPN OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS PROJECT NO: PW20-0002 and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Contractors, General and Special Conditions of Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefore, as prepared by DELTATEK ENGINEERING, herein entitled the ENGINEER, each of which has been identified by the CONTRACTOR and the ENGINEER, together with the CONTRACTOR'S written Proposal, the General Conditions of the Agreement, and the Performance and Payment Bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire contract.

The CONTRACTOR hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to complete the same within 180 calendar days after the date of the written notice to commence work, subject to such extensions of time as are provided by the General and Special Conditions.

THE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contract.

IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written.

City of Cedar Hill, Texas Party of the First Part (OWNER) Party of the Second Part (CONTRACTOR)

By: By: Stephan Mason, Mayor

Attest: Attest:

CERTIFICATE OF INSURANCE

After award of contract, Contractor will provide Owner with Certificate of Insurance which will be executed and bound here with Final Documents

(SEE SAMPLE FORM NEXT PAGE)

DATE (MM/DD/YY) City of Cedar Hill CERTIFICATE OF INSURANCE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO ADDITIONAL RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURED COMPANIES AFFORDING COVERAGE COMPANY A COMPANY B COMPANY C COMPANY D COVERAGES THIS IS TO CERTIFY TO THE DIRECTOR OF PUBLIC WORKS THAT THE FOLLOWING POLICIES OF INSURANCE, SUBJECT TO THEIR TERMS, CONDITIONS AND EXCLUSIONS, HAVE BEEN ISSUED BY THE COMPANIES COVERING THE INSURED NAMED BELOW FOR THE TYPES OF OPERATIONS AND AT THE LOCATIONS DESCRIBED HEREIN. IT IS UNDERSTOOD AND AGREED THAT NONE OF THE POLICES REFERENCED HEREIN WILL BE CANCELED, CHANGED, REDUCED IN COVERAGE, OR ALLOWED TO EXPIRED WITHOUT AT LEAST THIRTY (30) DAYS ADVANCE WRITTEN NOTICE BY CERTIFIED MAIL TO THE DIRECTOR OF PUBLIC WORKS AT THE ADDRESS LISTED UNDER CERTIFICATE HOLDER BELOW. Co TYPE OF LIABILITY POLICY NUMBER EFFECTIVE EXPIRATION LIMITS OF LIABILITY IN THOUSANDS DATE DATE GENERAL LIABILITY GENERAL AGGREGATE $ COMM GEN LIABILITY PRODUCTS-COMP/OP AGG $ CLAIMS MADE PERSONAL & ADV INJURY $ EACH OCCURRENCE $ FIRE DAMAGE(any one fire) $ CITY ADDITIONAL INSURED MED EXP (any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (per person) $ ALL OWNED AUTOS BODILY INJURY (per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ HIRED AUTOS NON-OWNED AUTOS CITY ADDITIONAL INSURED GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: $ CITY ADDITIONAL INSURED EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBR CITY ADDITIONAL INSURED WORKERS’ COMPENSATION STATUTORY LIMITS EMPLOYER LIABILITY PROPRIETOR/PARTNERS/ EACH ACCIDENT INCLUDED EXECUTIVE OFFICER ARE: DISEASE - POLICY LIMIT $ INCL EXCL DISEASE -EACH EMPLOYEE $ All Risk Builder’s Risk CITY NAMED INSURED OTHER ENDORSEMENTS: (PLEASE CHECK MARK WHICH ENDORSEMENTS HAVE BEEN ATTACHED TO THESE POLICIES) Premises/Operations Products/Compl. Operations CG 2503 ”Amended Aggregate Limit of Insurance per Project” Independent Contractor

Blank Cont/Hold Harmless Owner/Contractor/ Protective Explosion, Collapse & Underground Damage (XCU) OCCURRENCE POLICY

Extended Bodily Injury Broad Form PD Personal Injury, with employment exclusion deleted ADDITIONAL INSURED

CERTIFICATE HOLDER CANCELLATION

THE CITY OF CEDAR HILL AND DELTATEK ENGINEERING for the project of Rehabilitation of Should any of the above described policies be canceled before Sherwood Wastewater Lift Station & Upgrades at Various Locations, Project No. PW20-0002 the expiration date thereof, the issuing company will mail at have been named an additional insured by an endorsement to the coverages, other than least thirty (30) days advance written notice to the certificate Workers’ Compensation and Employers’ Liability, listed herein with regard to the Insured’s holder by certified mail. activities under this project and all premiums arising from the coverages herein shall be the responsibility of the Insured. CONTRACTUAL LIABILITY SIGNATURE Subject to policy terms, conditions and exclusions, specific Contractual Liability coverage is provided as follows: Authorized Representative  Only for liability assumed by the Insured under its Contract with the City of Cedar Hill for the operations described herein.  All Contracts between the Insured and the City of Cedar Hill

ACKNOWLEDGEMENT

On this ______day of ______, 200___ personally appeared ______, an authorized representative of ______(name of producer) known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purpose of proving that the Insured is covered by the policies of insurance indicated above. [SEAL]

Notary Public in and for the State of ______My Commission Expires

General Instructions for Bonds

A. The surety on each bond must be a responsible surety company which is qualified to do business in Texas and satisfactory to the Owner.

B. The name, and residence, of each individual party to the bond shall be inserted in the body thereof, and each such party shall sign the bond with his usual signature on the line opposite the scroll seal, and if signed in Maine, Massachusetts or New Hampshire, an adhesive seal shall be affixed opposite the signature.

C. If the principals are partners, their individual names will appear in the body of the bond, with the recital that they are partners composing a firm, naming it, and all the members of the firm shall execute the bond as individuals.

D. The signature of a witness shall appear in the appropriate place, attesting the signature of each individual party to the bond.

E. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the bond, and said instrument shall be executed and attested under the corporate seal, the fact shall be stated, in which case a scroll or adhesive seal shall appear following the corporate name.

F. The official character and authority of the person or persons executing the bond for the principal, if a corporation, shall be certified by the secretary or assistant secretary according to the form attached hereto. In lieu of such certificate, records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies.

G. The date of this bond must not be prior to the date of the contract in connection with which it is given.

PERFORMANCE BOND

STATE OF TEXAS } COUNTY OF DALLAS }

KNOW ALL MEN BY THESE PRESENTS: That of the City of , County of , and State of , as Principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (Owner), in the penal sum of Dollars ($______) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents:

WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 2020, to

REHABILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS PROJECT NO: PW20-0002 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect;

"PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article 5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein."

Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anyway affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder.

IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 2020.

Principal Surety By: By:

Title: Title:

Address: Address:

The name and address of the Resident Agent of Surety is

* Not applicable for federal work. See "The Miller Act," 40 U.S.C. §270.

PAYMENT BOND

STATE OF TEXAS } COUNTY OF DALLAS }

KNOW ALL MEN BY THESE PRESENTS: That of the City of , County of , and State of , as Principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto (Owner), in the penal sum of Dollars ($______) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents:

WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 2020, to

REHABILITOPN OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS PROJECT NO: PW20-0002 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein.

NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect;

PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein.

Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder.

IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 2020.

Principal Surety By: By:

Title: Title:

Address: Address:

The name and address of the Resident Agent of Surety is

MAINTENANCE BOND

THE STATE OF TEXAS } } KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS }

THAT , as Principal, and , a Corporation organized under the laws of , as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the , a Municipal Corporation, Texas, the sum of Dollars and Cents ($ ), which this amount is % of the total contract amount of ($ ), for the payment of which sum will and truly be made unto said , and its successors, said principal and sureties do hereby bind themselves, their assigns and successors jointly and severally.

THIS obligation is conditioned; however, that whereas, the said has this day entered into a written contract with the said City of Cedar Hill, Texas to build and construct REHABILITATION OF SHERWOOD WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS which contract and the plans and specifications therein mentioned, adopted by the The City of Cedar Hill are hereby expressly made a part thereof as through the same were written and embodied herein.

WHEREAS, under the plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair, the work herein contracted to be done and performed, for a period of two (2) years from the date of the acceptance of said work, and to do all necessary repairs and/or reconstructing in whole or in part of said improvements that should be occasioned by settlement of foundation, defective workmanship or materials furnished in the construction or any part thereof or any of the accessories thereto constructed by the Contractor. It being understood that the purpose of this section is to cover all defective conditions arising by reason of defective material and charge the same against the said Contractor, and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidation damages mentioned in said contract for each day's failure on its' part to comply with the terms of said provisions of said contract. Now, therefore, if the said Contractor shall keep and perform its' said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void, and have not further effect, but if default shall be made by the said Contractor in the performance of its' contract to so maintain and repair said work, then these presents shall have full force and effect, and said City of Cedar Hill, Texas shall have and receive from the said Contractor and its' principal and sureties damages in the premises, as provided; and it is further agreed that this obligation shall be a continuing one against the principal and sureties, hereon, and that successive recoveries may be and had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished or in any manner affected from any cause during said time.

IN WITNESS THEREOF, the said has caused these presents to be executed by and the said has caused these presents to be executed by its' Attorney in fact and the said Attorney in fact , has hereunto set his hand, the day of , 2020.

SURETY: PRINCIPAL:

By: By:

WITNESS: ATTEST:

Secretary

NOTE: Date of Maintenance Bond must not be prior to date of Contract.

SECTION 3 – STANDARD SPECIFICATIONS

The City of Cedar Hill, Texas has adopted the North Central Texas Council of Governments (NCTCOG) Public Works Construction Standards-North Central Texas (latest edition) and the Texas Department of Transportation (TxDOT) 2004 Standard Specifications. The NCTCOG and TxDOT Specifications apply to this project, except as noted herein. In the case of a contradiction between the NCTCOG and/or TxDOT Specifications and this document, the information in this document shall control.

Bidders are specifically directed to become thoroughly familiar with the NCTCOG Specifications prior to submitting a bid. The Specifications may be purchased from:

North Central Texas Council of Governments 616 Six Flags Drive P.O. 5888 Arlington, Texas 76005-5888

Unless otherwise specifically noted on the plans, or in these specifications, all applicable sections of the NCTCOG and TxDOT Standard Specifications are in effect. In this case of a contradiction between the NCTCOG and TxDOT Standard Specifications and this document, the information in this document shall control.

SECTION 4 – SPECIAL CONDITIONS

SC.01 GENERAL SC.02 DEFINITION OF TERMS SC.03 LOCATION OF PROJECT AND SCOPE OF WORK SC.04 MEASUREMENT AND PAYMENT SC.05 INCIDENTAL WORK SC.06 FORMS, PLANS AND SPECIFICATIONS SC.07 CONTRACT DOCUMENTS SC.08 AWARD OF CONTRACT AND COMMENCEMENT OF WORK SC.09 PERFORMANCE OF THE WORK SC. 10 EQUAL EMPLOYMENT OPPORTUNITY SC.11 INDEMNIFICATION SC.12 CONSTRUCTION SCHEDULE SC.13 LIQUIDATED DAMAGES FOR DELAY BY CONTRACTOR SC.14 DELAYS: EXTENSION OF TIME: LIQUIDATED DAMAGES SC.15 COPIES OF PLANS AND SPECIFICATIONS SC.16 REFERENCE SPECIFICATIONS SC.17 TRADE NAMES AND MATERIALS SC.18 PERMITS AND RIGHTS-OF-WAY SC.19 GUARANTY AGAINST DEFECTIVE WORK SC.20 CITY OF CEDAR HILL MONUMENTS SC.21 PROJECT MAINTENANCE SC.22 CONSTRUCTION STAKES SC.23 CONCRETE MIX DESIGN SC.24 TESTING AND QUALITY CONTROL SC.25 PROTECTION OF TREES SC.26 STABILIZED CONSTRUCTION ENTRANCE SC.27 MATERIAL STORAGE SC.28 SITE SC.29 FENCES AND DRAINAGE CHANNELS SC.30 MOWING & DEBRIS MAINTENANCE SC.31 DUST CONTROL SC.32 SITE DRAINAGE SC.33 RECORD DRAWINGS SC.34 EXCAVATION SC.35 DISPOSAL OF WASTE AND SURPLUS EXCAVATION AND CONCRETE SC.36 INSPECTION SC.37 LIGHTS AND POWER SC.38 WAGE RATES SC.39 PROTECTION OF PERSONS AND PROPERTY SC.40 COORDINATION WITH OTHERS SC.41 BARRICADES, WARNING SIGNS, DETOURS AND SEQUENCE OF WORK SC.42 CLAIMS FOR DAMAGES OR INJURY SC.43 OWNER’S PROTECTIVE LIABILITY INSURANCE SC.44 POLICY ENDORSEMENTS AND SPECIAL CONDITIONS SC.45 SPECIAL WARRANTY SC.46 PAYMENT WITHHELD SC.47 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

SC.48 SUPERVISION BY CONTRACTOR SC.49 DISTINGUISHING EXTRA WORK SC.50 ANTITRUST SC. 51 OWNER-ENGINEER RELATIONSHIP SC. 52 PROFESSIONAL INSPECTION BY ENGINEER SC.53 EROSION CONTROL SC.54 CONSTRUCTION COORDINATION SC. 55 FINAL INSPECTION AND ACCEPTANCE SC. 56 FINAL PAYMENT SC.57 PARTIAL PAYMENTS SC.58 GRASS REPAIR SC.59 TRENCH SAFETY SC.60 DAMAGES TO CITY PROPERTY SC.61 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY SC.62 HAZARDOUS MATERIAL(S) INCIDENT SC.63 EXISTING FACILITIES SC.64 PROJECT VIDEO SC.65 STREET CLEANUP SC.66 WATER FOR CONSTRUCTION SC.67 SEWER PIPE AND WATER MAIN SEPARATION SC.68 UTILITY SUPPORT SC.69 EMBEDMENT AND BACKFILL SC.70 REMOVAL AND REPLACEMENT OF EXISTING FENCES SC.71 RESTORATION SC.72 SPRINKLER REPAIR SC.73 RESTORATION OF PAVEMENT SURFACES SC.74 CLEANUP SC.75 CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES SC.76 REMOVAL AND REPLACEMENT OF STREET AND DRIVEWAY PAVING SC.77 JACKING, BORING OR TUNNELING SC.78 PVC SEWER PIPE SC.79 SERVICE LATERALS SC.80 PIPE PLUGGING AND SANITARY SEWERS TO BE ABANDONED SC.81 SANITARY SEWER LINE CONNECTION SC.82 STEEL ENCASEMENT PIPE SC.83 SANITARY SEWER LINE AND MANHOLE TESTING SC.84 WATER PIPE SC.85 FIRE HYDRANTS SC.86 WATER VALVES SC.87 WATER SERVICE CONNECTIONS SC.88 FURTHER BID ITEM DESCRIPTIONS

SPECIAL CONDITIONS

SC.01 GENERAL

The work shall be performed in accordance with the current General Provisions of Public Works Construction Standards-North Central Texas, and shall be maintained unless there exists a conflict with the provisions of this section, in which case the Special Conditions shall govern. Construction shall be in accordance with and as indicated on the plans, City of Cedar Hill Standard Construction Details, or in these Special Conditions.

SC.02 DEFINITION OF TERMS

Engineer: The word “Engineer” in these specifications shall be understood as referring to City Engineer, City of Cedar Hill, 285 Uptown Blvd., Cedar Hill, Texas 75104, Engineer of the OWNER, or such other representatives as may be authorized by said OWNER to act in any particular position.

Working Time: Working time is defined as the time during the day, except holidays, in which the CONTRACTOR shall be permitted to work. Normal work hours will be 7:00 a.m. to 7:00 p.m. Monday through Friday. Permitted work that needs to be performed after 7 p.m. Monday through Friday must be approved 24 hours in advance. Saturday work may be permitted with 48 hour advance pre-approval. The Contractor will not be allowed to work City of Cedar Hill holidays unless an exception is given by the City and it is the contractor’s responsibility to verify the City’s holiday schedule.

Substantial Completion: The date of substantial completion of a project or specified area of a project is the date when the construction is sufficiently completed, in accordance with the contract documents, as modified by any change order agreed to by the parties, so that the Owner can occupy or utilize the project or specified area of the project for the use for which it was intended.

Final Completion: For the purpose of tracking time, issuing payment of retainage or bonuses and assessing liquidated damages, Final Completion shall be defined as the date upon which all items identified during the walk through (the punch list) have been completed and the Owner has issued the Final Payment.

SC.03 LOCATION OF PROJECT AND SCOPE OF WORK

The work awarded under this contract shall include the following locations:

 Sherwood Wastewater Lift Station located at 723 Sherwood Ct., Cedar Hill, TX 75104.  State Park Lift Station located at 1554 FM 1382, Cedar Hill, TX 75104.  Beltline Lift Station located at 2068 Beltline Rd, Cedar Hill, TX 75104.  Public Works Service Center located at 1554 S. Clark Rd., Cedar Hill, TX 75104.

The project consists of rehabilitation of the existing lift station including new submersible pumping units, piping, control panel, etc. at Sherwood Wastewater Lift Station and also included is the Omni Crystal Ball installation at two (2) additional lift stations and SCADA HMI Upgrade on the City provided computer at the Public Works Service Center.

Construction plans were prepared and provided by DELTATEK ENGINEERING.

SC.04 MEASUREMENT AND PAYMENT

The quantities for construction are estimated, based on calculated quantities. Monthly pay estimates will be based on the completion of each unit, as determined by the OWNER's representative.

SC.05 INCIDENTAL WORK

All minor details of work which are not shown on the plans, as well as such items which are not specifically mentioned in the specifications, but are obviously necessary for the proper completion of the work, shall be considered as incidental, and as being a part of and included with the work for which prices are given in the proposal, and no extra compensation shall be allowed the contractor for the performance thereof.

SC.06 FORMS, PLANS AND SPECIFICATIONS

Bidding Documents may be obtained by calling Bahram Niknam, P.E. at (214) 232-5040.

SC.07 CONTRACT DOCUMENTS

Contract Documents shall consist of the following:

 The written Construction Contract;

 Any listed and numbered addenda;

 The Specifications and the Project Drawings (if any);

 The Special Conditions;

 The Public Works Construction Standards-North Central Texas (North Central Texas Council of Governments, Latest Edition);

 The Notice to the CONTRACTOR;

 A Performance Bond;

 A Payment Bond;

 A Maintenance Bond;

 The CONTRACTOR’s bid

The Contract Documents are complementary and what is called for by one shall be as binding if called for by all. In the event of an inconsistency in any of the provisions of the Contract Documents, the inconsistency shall be resolved by giving precedence to the Contract Documents in the order in which they are listed above.

SC.08 AWARD OF CONTRACT AND COMMENCEMENT OF WORK

The CONTRACTOR shall complete the execution of the required performance and payment bonds, and contract, within ten (10) calendar days of such notice, or the OWNER shall be entitled to the proceeds of the proposal guaranty in accordance with Item 102.5 of the General Provisions.

SC.09 PERFORMANCE OF THE WORK

At such time as actual construction has been started, the work will not be stopped or delayed without written permission of the Owner, excluding delays caused by adverse weather conditions. The Contractor shall maintain at all times sufficient equipment and personnel on the project to produce satisfactory progress during the construction period.

SC. 10 EQUAL EMPLOYMENT OPPORTUNITY

Delete the last paragraph of Section 107.13 in its entirety.

SC.11 INDEMNIFICATION

Delete Section 107.2 in its entirety and substitute therefore the following:

The Contractor and his sureties shall indemnify, defend and save harmless the OWNER and all of its officers, agents and employees, ENGINEER and all of its officers and employees from all suits, actions or claims of any character, name and description brought for or on account of any injuries, including death or damages received or sustained by any person, persons or property on account of the operations of the Contractor, his agents, employees or subcontractors; or on account of any negligent act or fault of the Contractor, his agents, employees or subcontractors in the execution of said contract; or on account of the failure of the Contractor to provide the necessary barricades, warning lights or signs; and shall be required to pay any judgment, with cost, which may be obtained against the Owner or Engineer growing out of such injury, including death or damage.

SC.12 CONSTRUCTION SCHEDULE

Prior to starting work, the CONTRACTOR shall submit a proposed schedule for the work included herein and shall submit any major revisions to this schedule as the project progresses. This schedule shall provide for completion of the project within the time provided in the specifications.

The schedule shall include a construction-phasing plan to insure minimum interruption of traffic on streets and driveways, as detailed in SC.41 BARRICADES, WARNING SIGNS, DETOURS, AND SEQUENCING of work. No more than one (1) Phase shall be under construction simultaneously without approval of the Engineer. The CONTRACTOR shall apply continuous work on Phase No. 1 until completed, proceed to Phase No. 2 and apply continuous work until completed, proceed to Phase No. 3 and apply continuous work until completed, etc.

SC.13 LIQUIDATED DAMAGES FOR DELAY BY CONTRACTOR

The CONTRACTOR understands and agrees that time is of the essence. The City and CONTRACTOR acknowledge that the actual damages that the City may sustain if the CONTRACTOR fails to complete the work on time are uncertain and will be difficult to ascertain. Consequently, the CONTRACTOR agrees to pay to the City the sum of DOLLAR AMOUNT ($240) for each calendar day that completion of any work required under the Contract Documents is overdue. This amount is payable as reasonable and just compensation for failure to complete the work on time. This amount is payable as liquidated damages and not as a penalty.

SC.14 DELAYS: EXTENSION OF TIME: LIQUIDATED DAMAGES

In addition to the requirements of NCTCOG Item 108.8 Delays; Extension of Time; Liquidated Damages, the following conditions shall apply:

The term "unforeseeable cause" shall mean:

An act of God in the form of unusually severe weather conditions, including storms, flood, fire or similar event, that could not have been anticipated or guarded against and which materially affects the work site, including access or egress thereto; A riot or war situation actually involving the site or actually preventing the CONTRACTOR from working on the site, but not including any situation involving suppliers off-site other than those essential suppliers as supplied to City; or

An unanticipated strike involving the forces actually working on the project or involving the employees of those essential suppliers, but no other labor stoppage.

*CONTRACTOR must set forth essential suppliers in writing within five (5) days of the Notice to Proceed.

No event shall be deemed an Unforeseeable Cause for the purposes of this Agreement unless it actually and directly necessitates a delay in the work which could not be otherwise remedied by taking reasonably prudent steps, and the CONTRACTOR could not reasonably adjust the schedule of the remaining work to deal with, make up for, or otherwise work around the delays resulting from the Unforeseeable Cause(s).

The notice shall, in writing, specify the Unforeseeable Cause(s) and the anticipated effect it will have on that CONTRACTOR'S abilities to perform its obligations along with a plan to deal with the effects of such Unforeseeable Causes and proposed amendments to all affected schedules necessarily resulting therefrom.

No adjustment shall be made to the Contract price, and the CONTRACTOR shall not be entitled to claim or receive any additional compensation as a result of or arising out of any delay resulting in the adjustment of the working time, due to any of the factors outlined within this Special Condition and/or NCTCOG Item 108.8.

SC.15 COPIES OF PLANS AND SPECIFICATIONS

Five (5) sets of plans and specifications shall be furnished to the CONTRACTOR, at no charge, for construction purposes. Additional copies may be obtained at the cost of reproduction upon request.

SC.16 REFERENCE SPECIFICATIONS

Where reference is made in these specifications, to specifications compiled by others, such reference is made for expediency and standardization from the material supplier's point of view, and such specifications referred to are hereby made a part of these specifications.

SC.17 TRADE NAMES AND MATERIALS

No material which has been used by the CONTRACTOR for any temporary purposes whatsoever is to be incorporated in the permanent structure without written consent of the Engineer.

Where materials or equipment are specified by a trade or brand name, it is not the intention of the OWNER to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some other thing, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with material, manufactured article, or process, the material, article or process specifically designated shall be used, unless a substitute shall be approved in writing by the Engineer and the Owner, and the Owner shall have the right to require the use of such specifically designated material, article or process.

SC.18 PERMITS AND RIGHTS-OF-WAY

The OWNER will provide rights-of-way for the purpose of construction without cost to the CONTRACTOR, by securing permits in areas of public dedication or by obtaining easements across privately owned property. It shall be the responsibility of the CONTRACTOR, prior to the initiation of construction on easements through private property, to inform the property owner of this intent to begin construction. Before beginning construction in areas of public dedication, the CONTRACTOR shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work.

SC.19 GUARANTY AGAINST DEFECTIVE WORK

The CONTRACTOR shall indemnify the OWNER against any repairs which may become necessary to any part of the work performed under the contract, arising from defective workmanship or materials used therein, for a period of two (2) year from the date of final acceptance of the work.

SC.20 CITY OF CEDAR HILL MONUMENTS

The CONTRACTOR shall protect all OWNER monuments, and when any such monuments are in danger of being disturbed, they shall be properly referenced, and if disturbed, shall be reset at the expense of the CONTRACTOR, unless otherwise noted on the plans.

SC.21 PROJECT MAINTENANCE

The CONTRACTOR shall maintain, and keep in good repair, the improvements covered by these plans and specifications until Final Acceptance of the project by the Owner.

SC.22 CONSTRUCTION STAKES

Delete the first sentence of the first paragraph of Section 105.4 and replace with the following:

The CONTRACTOR will furnish the construction stakes necessary for the construction of the improvements.

The Contractor shall verify and maintain existing controls as described on the construction drawings. Additional construction stakes will be provided by the CONTRACTOR per Item 105.4 of the NCTCOG General Provisions, with the following additional requirements:

The CONTRACTOR will match existing grades and cross slopes on road paving, and match storm sewer soffit/flow lines as appropriate. The CONTRACTOR will provide his own surveying control as he may require for proper grade control.

The contractor will be held responsible for the preservation of all control points established by the engineer and, if any points have been carelessly or willfully destroyed or disturbed by the contractor, they shall be replaced by the contractor or the cost of replacing them will be charged against the contractor and deducted from the payment of the work.

SC.23 CONCRETE MIX DESIGN

The CONTRACTOR shall submit proposed concrete mix design for each class of concrete to the OWNER for review and acceptance by the Engineer. The mix designs shall be proportioned in accordance with the requirements of A.C.I. 318-83, and include data from field experience and/or trial mixtures with the results of confirmation cylinders. The mix designs and supporting data shall be submitted and accepted at least ten (10) calendar days prior to placing concrete.

SC.24 TESTING AND QUALITY CONTROL

1. Testing of Materials

Observation of the CONTRACTOR'S work to determine compliance with the plans and specifications will include testing of material installed on the project. Testing of work performed and materials furnished shall be done by an engineering testing laboratory employed by the OWNER. The CONTRACTOR shall use only materials in the work which meet the requirements of the specifications. The City will employ the services of an engineering testing laboratory to make certain inspections and to sample and test the materials to be used in the work. The CONTRACTOR shall furnish, at his own expense, all necessary specimens for testing of the materials and when requested, shall furnish a complete written statement of the origin, composition, and/or manufacturer of any or all materials that are to be used in the work. All materials not conforming to the requirements of the specifications will be rejected.

2. Quality Control

During the construction, the OWNER will retain the engineering testing laboratory to perform services related to checking the quality of the work being performed by the CONTRACTOR to determine if the improvements are being constructed in accordance with the plans and specifications. THIS QUALITY CONTROL SERVICE DOES NOT RELIEVE THE CONTRACTOR OF HIS RESPONSIBILITY WITH REGARD TO CONSTRUCTING THE WORK IN ACCORDANCE WITH THE CONTRACT. If the CONTRACTOR fails to meet specified conditions by the first test, further tests to demonstrate compliance with the contract shall be at the expense of the CONTRACTOR, and payment for the test can be withheld permanently from the CONTRACTOR'S total compensation.

THE CONTRACTOR SHALL GIVE THE ON-SITE REPRESENTATIVE OF THE OWNER SUFFICIENT NOTICE OF HIS INTENTION TO CONSTRUCT PORTLAND CEMENT CONCRETE PAVEMENT, STRUCTURAL CONCRETE, OR HOT MIX ASPHALTIC CONCRETE TO ASSURE THE ADEQUATE QUALITY CONTROL OF CONSTRUCTION MATERIALS AND WORKMANSHIP.

3. Testing and Quality Control Services

Testing and Quality Control Services shall include but are not limited to the following:

a. Reinforced Concrete Pavement

(1) Analysis of Aggregates (2) Decapitation Tests (3) Inspect Aggregate Stockpiles (4) Prepare or Check Concrete Batch Design (5) Slump and Air Content Tests (6) Flexural or Compressive Strength Tests

b. Lime Treated Base or Flexible Base

(1) Lime requirements as indicated by test method ASTM C977-83a, Appendix X1 (2) Field Compaction Tests - ASTM D698-90 Method A (Perform one (1) Density Test on compacted subgrade for each 5,000 square feet of area)

c. Embankment or Pavement Subgrade

(1) Moisture - Density Curves (2) Field Compaction Tests-Test Method ASTM D698-90 Method A

d. Hot Mix Asphaltic Concrete

(1) Prepare or Check Mix Design (2) Provide Full Quality Control at Hot Mix Plant

(a) Hot Bin Gradation Tests (b) Air Void (c) Stability and Density Tests (d) Percent Asphalt Content

(3) Make Tests from Samples of Mix (a) Extraction (b) Gradation (c) Percent Asphalt (d) Stability and Density Tests (e) Make Hot Bin Analysis Every 250 Tons

e. Structural Concrete

(1) Mix Design (2) Batch Plant Weight and Moisture Checks (3) Slump and Air Tests (4) Compressive Strength Tests

SC.25 PROTECTION OF TREES

The Contractor shall make every reasonable effort to protect all trees along the project right-of-way. No tree shall be removed without the approval of the Owner. Minor adjustments in alignment to protect trees are subject to approval of Engineer.

SC.26 STABILIZED CONSTRUCTION ENTRANCE

Delete the first sentence of the first paragraph of Section 201.11 and replace with the following:

The work shall consist of constructing a temporary stabilized construction entrance as shown in the SWPPP, prepared by the CONTRACTOR and approved by the OWNER, and remaining in place for the duration of the construction period to facilitate the removal of sediment and other debris from construction equipment prior to exiting the construction site.

SC.27 MATERIAL STORAGE

Materials may be stockpiled at locations approved by the Owner. All stockpiling methods must be approved by the City of Cedar Hill.

The storage site shall be determined at the pre-construction meeting after the award of contract. Contractor shall be fully responsible for the storage site.

If necessitated, Contractor shall erect a temporary fence and store materials inside of the fenced area.

The Contractor shall maintain the storage area in a neat and orderly manner. If, in the opinion of the Engineer or Owner, the storage site becomes unsightly, the Contractor shall clean up the storage site within two (2) days of notification to do so.

At the completion of the contract, the Contractor shall remove the temporary storage fence and all debris in the area. The Contractor shall restore the storage site to the original condition, including, if necessary, grading and turf re- establishment.

SC.28 SITE

The Contractor shall limit his work to the right-of-ways, easements, or construction limits shown on the Drawings.

SC.29 FENCES AND DRAINAGE CHANNELS

Boundary fences, gates or other improvements removed to permit this construction shall be replaced in the same location and left in a condition as good as or better than that in which they were found.

Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is completed.

SC.30 MOWING & DEBRIS MAINTENANCE

During construction and through to final acceptance, the Contractor, at his expense, shall be responsible for maintaining the existing turf areas within the work area. The Contractor shall mow this area as often as necessary to maintain the turf areas, at a 2" to 2½” maximum height. Minimum cutting height for the turf shall be 1½”. At no time shall weeds within the maintenance limits reach a height greater than 12 inches.

If, in the opinion of the Engineer, the site becomes unsightly, the Contractor shall mow the site within two (2) days after notification from Owner to do so.

The Contractor at all times shall keep the construction site free from accumulation of waste materials, rubbish, debris, etc. caused by his operations. Waste materials, rubbish, debris, etc. shall be cleaned up daily and removed from the project site at least once a week.

No payment will be made for this work, its cost being subsidiary to the entire project.

SC.31 DUST CONTROL

Sprinkling as ordered by the Owner to mitigate dust on this project will not be paid for directly but shall be considered subsidiary to the various bid items.

SC.32 SITE DRAINAGE

The Contractor shall maintain adequate site drainage at all times. Drainage runoff will be confined to the limits of the construction project and shall not be diverted over private property. Any runoff presently traversing private property shall not be increased by cause of construction. The Contractor shall provide, maintain and remove all necessary and required erosion control devices in accordance with the applicable North Central Texas Council of Governments Standard Specifications for Public Works Construction.

SC.33 RECORD DRAWINGS

The contractor will be furnished one (1) set of plans on which all changes made during construction shall be indicated. All notes and comments necessary to give or clear conception of exactly how all items were constructed, including location, shall be shown. This set of plans shall be reviewed with the Owners representative at the completion of the project and prior to the Final Acceptance.

SC.34 EXCAVATION

No classification will be made for any materials to be excavated under this contract, regardless of the type of material encountered or the methods and equipment required to complete the excavation. No extra compensation will be allowed for encountering different types of material on this project.

The estimated quantities of excavation and fill are shown on the drawing and/or the proposal. Payment for excavation, loading, hauling, sprinkling, manipulation and compacting this material will be bid in accordance with the proposal.

All fill embankment shall be compacted to not less than 98% of test method Tex ll3E at optimum moisture content (plus four points).

Any trench under existing or proposed roadways and/or alley sections will be select fill backfilled up to within two (2)feet of the top of the subgrade and the remaining two (2) feet will be compacted to 98% of test method Tex ll3E in one (l) foot lifts at optimum moisture content (plus four points) using the native material, if suitable, or the entire trench will be compacted to 98% of test method Tex ll3E in one (l) foot lifts at optimum moisture content (plus four points) using the native material.

The excess excavation material resulting in this project shall be disposed of by the Contractor (at his expense) at sites approved by the City

SC.35 DISPOSAL OF WASTE AND SURPLUS EXCAVATION AND CONCRETE

All excavated earth in excess of that required for backfilling, and all pavement material removed, shall be disposed of in a satisfactory manner. The CONTRACTOR shall provide in writing the final destination of this material. This documentation shall be submitted at the time of the SWP3 submittal outlined in SC.53- EROSION CONTROL.

The documentation shall include permission from the property owner and verification from the floodplain manager in the jurisdiction that the disposal area is outside the FEMA 100 year flood zone.

The disposal site shall be included in the acreage of disturbance for the Construction Site Notice/Notice of Intent and the erosion control/stabilization of the disposal site shall be included in the SWP3 as outlined in SC.53- EROSION CONTROL.

SC.36 INSPECTION

Construction inspection will be performed by representatives of the owner, engineer, city, geotechnical engineer and reviewing authorities and agencies. Unrestricted access shall be provided to them at all times. Contractor is responsible for understanding and scheduling required inspections. Testing samples shall be collected and processed by certified technicians. The designated representatives will observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the Contract Documents, but he will not be a guarantor of the CONTRACTOR'S performance.

SC.37 LIGHTS AND POWER

The CONTRACTOR shall provide, at his own expense, temporary lighting and power facilities required for the proper prosecution of the work.

SC.38 WAGE RATES

All employees of the CONTRACTOR for the work to be performed under this contract shall be paid the prevailing wage scale in this locality for work of a similar character, and in no event, less than the minimums prescribed in the following schedule:

Rates Fringes

Air Tool Operator...... $ 10.06 0.00 Asphalt Distributor Operator...$ 13.99 0.00 Asphalt paving machine operator$ 12.78 0.00 Asphalt Raker...... $ 11.01 0.00 Asphalt Shoveler...... $ 8.80 0.00 Batching Plant Weigher...... $ 14.15 0.00 Broom or Operator...... $ 9.88 0.00 Bulldozer operator...... $ 13.22 0.00 Carpenter...... $ 12.80 0.00 Concrete Finisher, Paving...... $ 12.85 0.00 Concrete Finisher, Structures..$ 13.27 0.00 Concrete Paving Curbing Machine Operator...... $ 12.00 0.00 Concrete Paving Finishing Maching Operator...... $ 13.63 0.00 Concrete Paving Joint Sealer Operator...... $ 12.50 0.00 Concrete Paving Saw Operator...$ 13.56 0.00 Concrete Paving Spreader Operator...... $ 14.50 0.00 Concrete Rubber...... $ 10.61 0.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator...... $ 14.12 0.00 Electrician...... $ 18.12 0.00 Flagger...... $ 8.43 0.00 Form Builder/Setter, Structures$ 11.63 0.00 Form Setter, Paving & Curb.....$ 11.83 0.00 Foundation Drill Operator, Crawler Mounted...... $ 13.67 0.00 Foundation Drill Operator, Truck Mounted...... $ 16.30 0.00 Front End Loader Operator...... $ 12.62 0.00 Laborer, ...... $ 9.18 0.00 Laborer, Utility...... $ 10.65 0.00 Mechanic...... $ 16.97 0.00 Milling Machine Operator, Fine Grade...... $ 11.83 0.00 Mixer operator...... $ 11.58 0.00 Motor Grader Operator, Fine Grade...... $ 15.20 0.00

Motor Grader Operator, Rough...$ 14.50 0.00 Oiler...... $ 14.98 0.00 Painter, Structures...... $ 13.17 0.00 Pavement Marking Machine Operator...... $ 10.04 0.00 Pipelayer...... $ 11.04 0.00 Reinforcing Steel Setter, Paving...... $ 14.86 0.00 Reinforcing Steel Setter, Structure...... $ 16.29 0.00 Roller Operator, Pneumatic, Self-Propelled...... $ 11.07 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping...... $ 10.92 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement...... $ 11.28 0.00 Scraper Operator...... $ 11.42 0.00 Servicer...... $ 12.32 0.00 Slip Form Machine Operator.....$ 12.33 0.00 Spreader Box operator...... $ 10.92 0.00 Tractor operator, Crawler Type.$ 12.60 0.00 Tractor operator, Pneumatic....$ 12.91 0.00 Traveling Mixer Operator...... $ 12.03 0.00 Truck driver, lowboy-Float.....$ 14.93 0.00 Truck driver, Single Axle, Heavy...... $ 11.47 0.00 Truck driver, Single Axle, Light...... $ 10.91 0.00 Truck Driver, Tandem Axle, Semi-Trailer...... $ 11.75 0.00 Truck Driver, Transit-Mix...... $ 12.08 0.00 Wagon Drill, Boring Machine, Post Hole Driller Operator.....$ 14.00 0.00 Welder...... $ 13.57 0.00 Work Zone Barricade Servicer...$ 10.09 0.00

WATER AND SEWER LINES/UTILITIES Plumbers and Pipefitters...... $ 22.53 7.16 Laborers: Common...... $ 6.533 Utility...... $ 7.467 Pipelayer...... $ 7.828 Power equipment operators: Backhoe...... $ 10.804 Crane...... $ 10.942 Front End Loader...... $ 9.163 Tunneling Machine (48" or less)...... $ 9.163 Truck Driver...... $ 8.528

The "prevailing rates" shown will be the minimum wages acceptable on this project.

If the construction project involves the expenditure of federal funds in excess of $2,000.00, the minimum wages to be paid various classes of laborers and mechanics will be based upon the wages that will be determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on a project of a character similar to the contract work in the City of Cedar Hill or the rate given above, whichever is higher.

Except for work on legal holidays, the "general prevailing rate of per diem wage" for the various crafts or type of workers or mechanics is the product of (a) the number of hours worked per day, except for overtime hours, times (b) the above respective Rate Per Hour.

For legal holidays, the "general prevailing rate of per diem wage" for the various crafts or type of workers or mechanics is the product of (a) one and one-half times the above respective Rate Per Hour, times (b) the number of hours worked on the legal holiday.

The "general prevailing rate for overtime work" for the crafts or type of workers or mechanics is one and one-half times the above respective Rate Per Hour.

The provisions of Article 5159a, Vernon's Annotated Texas Statutes, shall govern penalties incurred by the CONTRACTOR for violations of these conditions.

SC.39 PROTECTION OF PERSONS AND PROPERTY

The Contractor shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America except where incompatible with Federal, State, and Municipal laws or regulations. The Contractor shall provide such machinery, guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the Contractor, acting at his discretion as an independent contractor.

SC.40 COORDINATION WITH OTHERS

In the event other contractors are doing work in the same area simultaneously with this project, the CONTRACTOR shall coordinate his proposed construction with other contractors.

SC.41 BARRICADES, WARNING SIGNS, DETOURS AND SEQUENCE OF WORK

Throughout the construction operations, streets and intersections will remain open to traffic by constructing the work in stages. All streets, driveways, adjacent business and alleys shall remain open to traffic as far as is practicable.

General Construction - The CONTRACTOR shall plan his work sequence in a manner that will cause minimum interference with traffic during construction operations. Before beginning work on this project, the CONTRACTOR shall submit, for approval by the Engineer, a plan of construction operations outlining in detail a sequence of work to be followed; setting out the method of handling traffic on streets, roads and driveways along, across and adjacent to the work. If at any time during the construction, the CONTRACTOR'S proposed plan of operation for handling traffic does not provide for safe comfortable movement, the CONTRACTOR shall immediately change his operations to correct the unsatisfactory conditions.

One (1) lane in each direction shall be kept open at all times, except in areas of actual construction. The one (1) lane must be kept open and a flagman provided by the contractor to safely direct traffic through the construction area. Portable Vertical Panels meeting the requirements of TxDOT Standards shall be spaced at 50' centers to separate traffic lanes from the work.

Ditches across the traffic lanes will be kept covered with a portable traffic-bearing surface at all times unless work in the ditch is in progress. Only one lane of traffic may be closed at a time when work is in progress in a ditch.

Safety - The CONTRACTOR shall provide, construct and maintain barricades and signs at locations set out in the plans and in the special conditions. In addition, he shall provide and maintain such other barricades and signs as deemed necessary by the Engineer, and provide and maintain, between sunset and sunrise, a sufficient number of lights at barricades and points of danger for the protection of vehicular and pedestrian traffic.

All traffic control devices shall have ASTM Type III High Intensity Reflective Sheeting. Signs CW20-1D and G20-2 shall be provided where traffic is entering the work limits at either end of the project. Signs G20-2 and CW20-1D shall be erected at all other intersecting highways and streets where traffic is entering the project limits. Signs G20-2 shall be provided where traffic is leaving the project limits at both beginning and ending of the project and at points of intersection with all highways and streets within the project limits. The CW20-1D signs will be supplemented by Type II Barricades with two Type-A-Low Intensity Flashers per barricade. Throughout the construction sequence, adequate traffic control measures shall be provided to safely guide traffic through the project.

Barricades shall be placed in such a manner as not to interfere with the sight distance of drivers entering the street from highways or side streets.

During construction, the CONTRACTOR will be required to furnish, place, and maintain in accordance with the Texas Manual on "Uniform Traffic Control Devices for Streets and Highways", vertical panels along edge of pavements and fills that are hazardous. The vertical panels shall be supplemented with steady burning electric lamps alternated with delineator panels.

The CONTRACTOR shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material.

The CONTRACTOR shall provide and maintain qualified flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and CONTRACTOR'S personnel.

The CONTRACTOR shall arrange his work so that stored machinery or equipment shall not be closer than 5 feet to the traveled roadway after sunset except as authorized by the Engineer.

SC.42 CLAIMS FOR DAMAGES OR INJURY

If any person files a claim against the OWNER, OWNER”S AGENT or CONTRACTOR for personal injury or property damage resulting from, arising out of, or caused by, the operations of the CONTRACTOR, or any work within the limits of the project, the CONTRACTOR must either submit to the OWNER a duly executed full release within thirty (30) calendar days from the date of written claim, or immediately report the claim to his liability insurance carrier for their action in adjusting the claim. If the CONTRACTOR fails to comply with this provision within the stipulated time limit, it will be automatically deemed that the CONTRACTOR has appointed the OWNER as its irrevocable Attorney In Fact authorizing the OWNER to report the claim directly with the liability insurance carrier. This provision is in and of itself a Power of Attorney from the CONTRACTOR to the OWNER which authorizes the OWNER to take said action on behalf of the CONTRACTOR without the necessity of the execution of any other document. If the CONTRACTOR fails to comply with the provisions of this item, the OWNER, at its own discretion, may terminate this contract or take any other actions it deems appropriate. Any payment or portion thereof due the CONTRACTOR, whether it is a final payment, progress payment, payment out of retainage or refund payment may be withheld by the OWNER as is authorized by Item 109.4 of NCTCOG Specifications as amended by CITY. Bankruptcy, insolvency or denial of liability by the insurance carrier shall not exonerate the CONTRACTOR from liability.

As a result of the additional work created to OWNER due to non-response of claims for damages by CONTRACTOR to third parties, CONTRACTOR shall incur penalties for failure to abide by this Special Condition.

The CONTRACTOR shall respond to the claimant in writing regarding the status of the claim, including whether CONTRACTOR disputes the claim, wishes to settle, or will notify its liability insurance carrier regarding the claim. CONTRACTOR will be assessed a penalty by OWNER of $75.00 per claim, for its failure to respond to the claimant as described above within thirty (30) calendar days of its written notice of claim by the City.

To ensure CONTRACTOR compliance, the OWNER shall be notified, by copied correspondence of responses or settlement by CONTRACTOR.

SC.43 OWNER’S PROTECTIVE LIABILITY INSURANCE

The Owner shall be defined as The City of Cedar Hill, its agents and employees. The Engineer shall also be an additional insured.

SC.44 POLICY ENDORSEMENTS AND SPECIAL CONDITIONS

"Should any person sustain bodily injury or property damage within the limits of this project, the Contractor or his insurance agent shall investigate and report immediately his findings in writing to the Owner. The Owner, in his sole discretion, may elect at any time to file for coverage directly under the Owner's and Contractor's Protective Liability Policy."

SC.45 SPECIAL WARRANTY

Add the following:

The Contractor shall provide a Maintenance Bond in the amount of fifty percent (50%) of the total amount of the contract guaranteeing the work in accordance with the plans and specifications for a period of two (2) years after acceptance by the City of Cedar Hill. This bond shall provide for repair and/or replacement of all defects due to faulty material and workmanship that appear within a period of two (2) years from the date of completion and acceptance of the improvements by the City of Cedar Hill.

This Special Warranty shall require the replacement of cracked concrete panels within the two years after acceptance by the City of Cedar Hill. Concrete panels observed to have cracked shall be removed and replaced at the contractor’s sole expense.

SC.46 PAYMENT WITHHELD

Amendment to NCTCOG Specifications 109.4 - Payment Withheld:

Replace Item No. 6 with the following:

(6) Claim(s) filed against Contractor by Owner or third parties or reasonable evidence indicating probable filing of claims. In such event, until Contractor provides the Owner with a copy of the settlement between the Contractor and the party seeking damages or evidence the matter is otherwise adjudicated, the Owner, in its discretion, is authorized to withhold sums owed the Contractor in the amounts for such claim(s) if the Owner deems liability by the Contractor is probable. The Owner may withhold the sums up to two (2) years following final acceptance of the project. This withholding shall confer no rights or benefits for third parties.

Delete the last paragraph and add the following:

“When the above grounds are removed, payment shall be made for amounts withheld because of them, and the OWNER shall not be liable to CONTRACTOR for any decisions or actions of withholding payment, interest, attorney fees, costs, expenses, consequential or incidental damages which are a result of any delay in payment.”

SC.47 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

The Contractor shall submit six (6) sets of shop drawings to the Owner for review and approval by the Engineer (and the Owner). All copies shall be copies from an original, no fax copies will be permitted. Maximum paper size shall be 11” x 17”.

Submittals shall be made on all materials incorporated into the project and include the following:  Pipe, fittings & vault  Submersible Pumps & Hardware  Control Panels  Gate valves  Concrete mix design/steel  Electrical  Fence  Hatches  Metal Fabrications  Protective Coatings

Review of Shop Drawings by the Engineer shall be for the sole purpose of determining the sufficiency of the said drawings or schedules to result in finished improvements in conformance with the plans and specifications, and shall not relieve the Contractor of his duty as an independent contractor. It being understood and agreed that the Engineer does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules or any means or methods reflected thereby in relation to the safety of either person or property during the contractor’s performance hereunder.

SC.48 SUPERVISION BY CONTRACTOR

The CONTRACTOR shall have on the project at all times, as his agent, a competent Superintendent capable of reading and thoroughly understanding the plans and specifications, and thoroughly experienced in the type of work being performed. The Superintendent shall have the ability to communicate clearly with the Owner’s representative, have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendent shall be furnished irrespective of the amount of work subcontracted.

The Superintendent and the CONTRACTOR shall be responsible for all work performed by the subcontractor at all times during construction.

SC.49 DISTINGUISHING EXTRA WORK

No work shall be undertaken which requires extra payment without having an executed change order approved by the Contractor and the Owner, except when so ordered in writing.

SC.50 ANTITRUST

The CONTRACTOR hereby assigns to the OWNER any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States 15 U.S.C.A. Sec. 1 et seq. (1973).

SC. 51 OWNER-ENGINEER RELATIONSHIP

The Engineer is a representative of the Owner during construction. The duties, responsibilities and limitations of authority of the Engineer as the Owner's representative during construction are set forth in the Contract Documents between the Owner and the Engineer and shall not be extended or limited without written consent of the Owner and Engineer.

SC. 52 PROFESSIONAL INSPECTION BY ENGINEER

The Engineer will make periodic visits to the site to familiarize himself generally with the progress of the executed work and to determine if such work generally meets the essential performance and design features and the technical and functional engineering requirements of the Contract Documents; provided and except, however, that the Engineer shall not be responsible for making any detailed, exhaustive, comprehensive or continuous on-site inspection of the quality or quantity of the work or be in any way responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this agreement or any other Contract Document, the Engineer shall not be in any way responsible or liable for any acts, errors, omissions or negligence of the Contractor, any subcontractor or any of the Contractor's or subcontractor's agents, servants or employees or any other person, firm or corporation performing or attempting to perform any of the work.

SC.53 EROSION CONTROL

It shall be the full responsibility of the Contractor to acquire and comply with any and all permits as may be required to avoid delay of the project. No separate payment will be made for this item and it will be considered subsidiary to the other items bid.

Prior to construction, the Contractor shall comply with Federal and State storm water management regulations. The plan shall employ measures to prevent erosion and siltation from the construction disturbance from reaching streambeds, channels, storm water structures, ponds, etc. The plan shall follow the City’s “Erosion and Sediment Control Ordinance and comply with the requirements of the “Storm Water Quality Best Management Practices for Construction Activities” manual published by NCTCOG. In the event of a conflict between these requirements and Federal and State pollution control laws, rules, and regulations or other Federal, State or Local agency laws, rules, and regulations, the more restrictive shall apply. The release of the plan for construction by the City in no way relinquishes the Contractor of all responsibility and liability for the pollution control.

The cost to the Contractor for the preparation of a Storm Water Pollution Prevention Plan (SWP3) plan shall be included in the unit price bid for SWPPP. Erosion control measures to be incorporated in the above mentioned plan are detailed in the construction plans and are included in this contract as separate pay items. The bid items for the temporary erosion control items include the installation, maintenance (throughout the project duration) and removal of these items.

Every soil disturbing activity shall have an accompanying Erosion Control Plan (ECP), and Notice of Intent (NOI) for those activities disturbing 5 or more acres. A copy of the NOI shall be provided to the City of Cedar Hill prior to issuance of a grading permit. The ECP shall be provided to the Cedar Hill Public Works Department prior to grading.

The NOI shall be posted in a location viewable to the public until construction is complete and Notice of Termination (NOT) submitted. The Storm Water Pollution Prevention Plan (SWP3) shall be readily available for review by Federal, State, or local officials.

No soil disturbing activities will occur until the following has been implemented:

 SWP3 signed by both the contractor and owner  Owner submits NOI to the State  Contractor submits NOI to the State  SWP3, ECP, and associated Best Management Practices (BMP) being fully implemented and inspected by City of Cedar Hill  NOI (as appropriate) posted on site and viewable to the public

The contractor shall comply with the City of Cedar Hill’s Storm Water Ordinance, the current NCTCOG Best Management Practices Manual, the TPDES General Construction Permit TXR150000 and any other State and/or Local regulations.

The site shall be reviewed by the operator or his representative weekly, and within 24 hours after any major storm event. Adjustments/repairs to the erosion control measures will then be made as needed and inspected and approved by the City of Cedar Hill.

Final acceptance of a site shall be contingent upon vegetation being established per the TPDES General Construction Permit, and proper NOT submitted to the State. A copy of the NOT shall be provided to the City of Cedar Hill. Until such final acceptance of the erosion control has been determined, the City of Cedar Hill shall withhold half of the retainage as described in the Progress Payments and Retainage section of this document.

SC.54 CONSTRUCTION COORDINATION

The Contractor shall coordinate construction activities with the following affected agencies:

City of Cedar Hill: Public Works Department/Operations

Contractor shall inform residences and businesses 48 hours prior to any interruption of sewer and water service or construction in a driveway or entrances.

Contractor shall schedule the construction activities to minimize any inconvenience to the residents and businesses. Interruptions to existing services may be required to be done during off times and shall be coordinated with the affected agencies.

SC. 55 FINAL INSPECTION AND ACCEPTANCE

Within ten (10) days after the Contractor has given the Owner written notice that the work has been completed, the Engineer and the Owner shall inspect the work and within said time, if the work is found to be completed in accordance with the Contract Documents, the Engineer shall issue to the Owner a Certificate of Completion, and there upon it shall be the duty of the Owner within ten (10) days to issue a Final Acceptance of the work to the Contractor or to advise the Contractor in writing of the reason for non-acceptance.

SC. 56 FINAL PAYMENT

Final Payment will constitute Owner’s acceptance of project. The date of Final Payment will coincide with the beginning of the project’s two year warranty period.

SC.57 PARTIAL PAYMENTS

Any partial payments due the CONTRACTOR, less retainage, shall be paid within thirty (30) calendar days following submittal of a monthly construction estimate.

SC.58 GRASS REPAIR

Unless otherwise specified in the plans, all grass areas damaged by construction shall be replaced with block sod. Payment shall be contract unit bid price and shall be full compensation for all labor and materials, including water necessary to establish turf.

SC.59 TRENCH SAFETY

General Excavation safety systems shall be provided by the Contractor as provided in Subpart P - Excavation, Trenching and Shoring, Part 1926 of the Code of Federal Regulations which describes safety and health regulations as administered by the U.S. Department of Labor Occupational Safety and Health Administration (O.S.H.A.). The standards specified by the O.S.H.A. Regulations shall be the minimum allowed on this project. It shall be the responsibility of the Contractor to provide a design and install adequate safety systems for all applicable excavation on this project.

Core Borings Any core borings and soil data furnished by the Owner, are for the convenience of the Contractor. The Contractor shall be responsible for any additional soil or geotechnical information required. The Contractor shall be responsible for properly designed excavation safety systems to be utilized for any type of subsurface condition found on this project. The furnishing of soil information by the Owner in no way relieves the Contractor of this obligation.

If no core borings or soil data are furnished by the Owner, it shall be the Contractor's responsibility to obtain whatever geotechnical information required for preparation of the excavation safety systems.

Inspections In addition to the inspections of the excavation and excavation safety systems required of the Contractor by the O.S.H.A. Regulations, the City may further inspect the work. The City shall have the right to reject any safety systems which it finds to be inadequate, and the Contractor shall immediately improve the system to comply with this specification.

Details The standard detail plans for Sheeting, Trench Shield, and Trench Jacks as shown in the O.S.H.A. Regulations previously referenced are included as part of this specification, as well as Table P-1, approximate angle of repose for sloping of sides of excavations, and TABLE P-2, TRENCH SHORING-MINIMUM REQUIREMENTS. The design of the members shown in Table P-2 is the minimum acceptable on this project.

Measurement and Payment Measurement and Payment of Excavation Safety System installed shall be based on the unit cost per linear foot as provided in the Proposal and Bid Schedule for Furnishing and Installing Excavation Safety Systems. The payment shall be full compensation for all planning, materials, equipment, fabrications, installation, recovery and all incidental work required. All excavation and backfill in addition to that specified elsewhere in these specifications shall be considered subsidiary to this bid item.

SC.60 DAMAGES TO CITY PROPERTY

If the CONTRACTOR damages any City property, i.e., water mains, he will be assessed applicable charges. All charges will be deducted from the CONTRACTOR'S monthly estimate per NCTCOG Standard Specifications Section 109.4 and SC.61 - EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY.

SC.61 EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY

The Contractor's attention is directed to the necessity of taking adequate measures to protect all existing structures, improvements and utilities which may be encountered. These may include, but are not limited to the following:

Utilities: Including water mains and services, water meter boxes, oil and air lines, gas mains and services, sanitary sewers and service connections, storm sewers, telephone conduits, and electric conduits.

Street and Drives: Contractor shall at all times maintain streets and drives in a condition which will provide easy ingress and egress.

It shall be the responsibility of the Contractor to cooperate with the Owners of all public and private utilities to locate, prior to opening trench, existing underground facilities and to notify the Engineer at once of any conflicts in grades and alignment. Every effort will be made by the Engineer to control alignment and grading to avoid conflict with existing utilities, but should change in alignment and grade be necessary, such changes will be made by the Contractor at his expense and no extra payment beyond the unit prices bid will be allowed by the Owner. Where excavation endangers adjacent structures and utilities, the Contractor shall at his own expense carefully support and protect all such structures and/or utilities so that there will be no failure due to settlement, where it is necessary to move services, poles, guy and he shall cooperate with the utility owner.

Except as indicated on the drawings that utilities are to be moved by others, any costs of temporarily or permanently relocating utilities shall be borne by the Contractor without extra compensation from the Owner. In case damage to an existing structure or utility occurs, whether failure or settlement; the Contractor shall restore the structure or utility to its original condition and position without compensation from the Owner.

Before beginning work on this project the contractor shall submit, for approval by the Owner, a plan of construction operations outlining in detail a sequence of work to be followed.

The contractor shall, plan his construction phasing in such a manner as to cause minimal interference with traffic during the construction operations.

The contractor shall keep traveled surfaces clean and free of debris or other materials of construction.

To facilitate shifting, barricades and signs used in lane closure or traffic staging may be erected and mounted on portable supports, the design of these being subject to the approval of the engineer.

SC.62 HAZARDOUS MATERIAL(S) INCIDENT

If any acts of the CONTRACTOR or its agents or employees cause City forces to respond to a hazardous materials incident, the CONTRACTOR will be assessed for the expenses incurred. All charges will be deducted from the CONTRACTOR'S monthly estimate per NCTCOG Standard Specifications Section 109.4 and SC.61 - EXISTING UTILITIES, STRUCTURES AND OTHER PROPERTY.

SC.63 EXISTING FACILITIES

The CONTRACTOR is responsible for contacting all private and public utilities for determining the location of existing facilities.

SC.64 PROJECT VIDEO

Prior to start of construction, CONTRACTOR shall videotape construction area and property adjacent to construction. The CONTRACTOR shall furnish the CITY a copy of the tape that has been transferred into DVD format. This shall be subsidiary to project.

SC.65 STREET CLEANUP

Contractor shall be responsible for keeping streets adjacent to the project free of mud and construction debris at all times or as requested by the City. The Contractor shall not use a power broom type device on streets outside the construction improvements. The Contractor shall utilize a mechanical or air generated pickup broom with water application.

SC.66 WATER FOR CONSTRUCTION

The Contractor shall make the necessary arrangements for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding, or jetting. The Contractor shall provide water as required at his own expense.

Any party requesting the use of a temporary meter on a fire hydrant in the City of Cedar Hill shall execute an agreement with the City of Cedar Hill and shall deposit with the City of Cedar Hill the amount required by ordinance. Such deposit shall be returned upon payment of all charges for water use, and upon return of the meter and fittings in their original condition.

It shall be unlawful for any person to open or close any fire hydrant used to obtain water for any purpose with any tool or device other than a standard accepted fire hydrant wrench, which can be supplied by the City of Cedar Hill.

All mobile fire hydrant meters are to be brought to the Public Works Department, Cedar Hill, Texas, between the 1st and 10th of each month to be read.

Temporary fire hydrant meters shall be read monthly by representatives of the City of Cedar Hill, and bills rendered at the current rates for all consumption. Customers using such meters shall comply with the written procedures implemented by the Director of Public Works with regard to making the meters available to be read by representatives of the Cedar Hill Water Department. It shall be unlawful for any person to fail to make such meter available to be read by representatives of the Cedar Hill Water Department, as required by written procedures issued by the Director of Public Works.

Upon conviction of violation of the above requirements punishment shall be by fine not to exceed Two Thousand Dollars ($2,000.00). Each day on which a violation exists shall constitute a separate offense.

SC.67 SEWER PIPE AND WATER MAIN SEPARATION

Sanitary sewers or service laterals that are laid in the vicinity of pipelines designated to carry potable water shall meet the following conditions.

1. Parallel Installation - Sewers and Water Mains

Normal Conditions - Any new sanitary sewer or sewer manhole shall be located at least nine (9) feet in all directions from any existing water mains, and any new water lines shall be located at least nine (9) feet in all directions from existing sanitary sewer line or manhole, whenever possible; the distance shall be measured from the outside edge diameters of the pipes.

Unusual Conditions - New Sewer Line Installation - Where the nine (9) foot separation cannot be , the new sewer shall be constructed of PVC pipe meeting ASTM specifications with a minimum pressure rating of 150 psi for both the pipe and joints. The vertical separation shall be a minimum of two (2) feet between outside pipe diameters and the horizontal separation shall be a minimum of four (4) feet. The new sewer shall be located below the existing water main, where it is practical.

2. Crossings - Sewers and Water Mains. Normal Conditions - A vertical separation of at least 24 inches shall be maintained between any potable water supply and sanitary sewers. Additional requirements for utility crossing is indicated in the General Notes of the Contract Drawings.

3. If these minimum clearances cannot be maintained, the water main shall be relocated.

SC.68 UTILITY SUPPORT

All costs associated with existing utility support shall be considered subsidiary to the other bid items.

SC.69 EMBEDMENT AND BACKFILL

Backfill trenches as specified in the Standard Specification. The top 12 inches of backfill material shall be select fill, where the pavement or sidewalk is to be constructed. PVC pipe shall be Class 4 (NCTCOG Class “B-2” with granular material) and RCP shall be Class 2 (NCTCOG Class “B-2” with select material). (This replaces the City of Cedar Hill Standard Construction Details – Water and Sewer Construction General Note No. 2, which lists the use of Class B+ embedment).

SC.70 REMOVAL AND REPLACEMENT OF EXISTING FENCES

1. Coordinate with the private property owners and the City prior to removal of existing fences.

2. Existing fences which require removal because of construction activity shall be removed, disposed of off-site and replaced to the satisfaction of the City and the private property owner. There shall not be a separate pay item for removal and replacement of existing fences for the proposed construction, except as noted on the plans and in the Bid Schedule.

SC.71 RESTORATION

1. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications, Permits and/or Licenses, or shown on the Plans.

a. Coordinate surface restoration work with the affected private property owners and the Owner.

b. Private property over which the Owner has prior rights (i.e. utility easement, sewer easement) and/or has obtained rights-of-way, agreements, licenses and/or agreements from the property owner to allow construction shall be restored in conformance with the Contract Documents.

c. Restore Public property with strict adherence to the requirements of the public body having jurisdiction therein.

d. No restoration shall occur until testing is completed and accepted by the Owner's Representative.

e. Complete final surface restoration within three (3) weeks of the end of construction or as directed by the Owner's Representative.

2. Reference Standards. Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the Public Works Construction Standards-North Central Texas by North Central Texas Council of Governments (NCTCOG).

3. All disturbed areas except where sod is disturbed shall be seeded. Restore grassed area disturbed by construction with sod to match existing.

4. The contract lump sum unit price for sodding includes furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work.

SC.72 SPRINKLER REPAIR

The CONTRACTOR is responsible for the repair or replacement of any sprinkler damage caused by his construction. This repair is subsidiary to the contract unless there is a specific item for sprinkler repair.

SC.73 RESTORATION OF PAVEMENT SURFACES

1. General

a. Restore (unless otherwise specified or directed by the Owner's Representative in writing) permanent type pavements, alley pavement, sidewalks, driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. The asphalt pavement shall be replaced with concrete pavement as per the Standard Construction Details by the City of Cedar Hill.

b. Pour concrete only after inspection by the Owner's Representative at the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated on the plans or specifications.

c. Saw-cut existing pavement, sidewalks, curbs, and gutters unless otherwise noted on the Drawings to provide a straight joint between the existing and new surface. Saw cutting shall be full depth and square or rectangular in shape.

d. Cure and protect all exposed concrete installed under this contract in accordance with the reference standard.

e. Remove entire sidewalk squares. Removal of partial squares will not be allowed.

2. Concrete Sidewalks

a. Concrete sidewalks shall be in accordance with the standard construction details by the City of Cedar Hill. Existing sidewalks wider than four (4)-feet shall be replaced to their original widths.

b. Saw-cut existing sidewalks at construction joints. Existing sidewalk squares damaged during construction activities shall be replaced.

3. Concrete Curb and Gutter

a. Curb and Gutter dimensions and cross sections shall conform to existing installations.

b. Place one half inch preformed bituminous expansion joint at junctions with existing work and at intervals not exceeding fifty (50) feet, or as directed by the Owner's Representative.

c. Saw-cut control joints at intervals not exceeding twenty (20) feet and at junctions with existing transverse cracks in the pavement, or as directed by the Owner's Representative.

4. Concrete Pavement and Driveways. Remove and replace concrete pavement and driveways for the construction.

5. Measurement and Payment

a. Pavement Surfaces

Pavement, sidewalk, driveway, and curb removal and replacement shall be paid for at the Contract Unit Price for the applicable item as indicated in the Bid Schedule.

Payment will only be made for the maximum allowable surface restoration width as shown on drawings and indicated below:

Pipe diameter less than 24" - Minimum allowable surface restoration width = O.D. of pipe + 3’-4". Maximum allowable surface restoration width for deep excavations requiring Trench Safety provisions = O.D. of pipe + 4'-4".

Pipe diameter larger than 24" - Minimum allowable surface restoration width = O.D. of pipe + 4'-0". Maximum allowable surface restoration width for deep excavations requiring Trench Safety provisions = O.D. of pipe + 5’-0".

Measurement will be made along the centerline of the pipe and the appropriate allowable surface restoration width will be applied. If the width of restoration is less than the normal allowable surface restoration width, then payment will still be based on the normal allowable restoration width. If a sidewalk is parallel to a main, and a portion of it falls within the maximum allowable restoration width, then the entire width of the sidewalk will be measured for payment. Variable depth curb length shall be measured from the beginning of the curb to the full depth of the curb. There will not be a separate pay item for variable depth curb, but shall be included in the standard curb.

b. Payment for all other surface restoration shall be considered a subsidiary obligation of the Contractor and shall be included in the bid price for the item affected thereby.

c. Removal and replacement of sidewalk, curb and saw cutting of existing pavement, sidewalk, and curb for installation of service laterals will not be paid separately. The contract unit price for installation of service laterals shall include the above removal and replacement.

SC.74 CLEANUP

During Construction. The CONTRACTOR shall at all times keep the job site as free from all disposable material, debris, and rubbish as is practicable, and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project, in the opinion of the Engineer or the OWNER. Broken pipe, including vitrified clay pipe, cast iron pipe, and concrete pipe and other debris resulting from construction shall not be left on the site after the construction work is completed. Upon completion of particular phases of the concrete pavement improvements which can be used by the traveling public during construction, the joints shall be sawed at the proper time, and within ten (10) calendar days after sawing the joints, the joints shall be sealed and the pavement shall then be swept clean with a power-driven broom and opened for traffic. Under no circumstances shall the CONTRACTOR leave the joints unsealed unless written permission is given by the Engineer. Whether permission is

given or not for the CONTRACTOR to delay sealing the joints, the CONTRACTOR shall sweep and clean up the slab for use by the traveling public. Under no circumstances shall the CONTRACTOR use a completed pavement to stockpile backfill material. During the construction the CONTRACTOR shall not damage improvements on private property, including shrubs, grass, pavement, walks, curbs and fences.

Final. Upon completion of the work, the CONTRACTOR shall remove from the site all plants, materials, tools and equipment belonging to him and restore the site with an appearance acceptable to the Engineer and the OWNER. The CONTRACTOR shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition.

SC.75 CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES

It shall be the responsibility of the Contractor to properly light, barricade and mark all bypasses and detours that might be required on and across the roads involved in the work included in this contract.

The Contractor shall make every effort to complete construction and allow immediate access to adjacent property at driveway entrances located along the alleys.

The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance of same for a period of two years from the date of such reconstruction. In the event the repairs and maintenance are not made immediately to the satisfaction of the Engineer, and it becomes necessary for the State, County or City to make such repairs, the Contractor shall reimburse the State, County or City for the cost of such repairs.

The Contractor shall, at all times, keep the width of all adjacent cross-streets, alleys or driveways clear of dirt and other materials to allow the free flow of traffic. The Contractor shall assume any and all responsibility for damage, personal or otherwise, that may be caused by the construction along the alleys or City streets.

SC.76 REMOVAL AND REPLACEMENT OF STREET AND DRIVEWAY PAVING

1. Removal and replacement of street and driveway paving shall be in accordance with the plans, Public Works Construction Standards-North Central Texas by North Central Texas Council of Governments (NCTCOG), standard construction details by City of Cedar Hill, and Special Conditions specified herein.

2. Remove existing street and driveway pavement and curbs as shown on the drawings. Saw cut existing pavement and curb where portion of existing pavement and curb is to remain. Saw cut shall be for the full depth of pavement and curb. Dispose of the removed concrete off site.

3. Existing asphalt pavement shall be removed separately from the base material, stored and disposed of in accordance with the current federal regulations.

4. Prepare subgrade for street and driveway pavement by excavating and filling the area as required, to bring the grade to the elevations as shown on the drawings.

5. 6" thick subgrade under the pavement shall be lime stabilized with at least 31.5 lbs. per sq. yd. hydrated lime (or with an amount shown to be adequate by a lime-series test) compacted to at least ninety-five percent (95%) of the maximum dry density as determined by ASTM D698. Moisture content shall be within minus 2 to plus 3 percent of optimum moisture content.

6. Subgrade shall be maintained in a smooth, compacted condition in conformity with the required section and established grade, until the pavement is placed.

7. Place reinforcement as shown in the Standard Construction Details.

8. Concrete for street paving shall have a minimum thickness as indicated in the plans and 3,600 psi compressive strength at twenty-eight (28) days. The minimum thickness of driveway paving shall be 6" and the compressive strength of concrete shall be 3,000 psi at twenty-eight (28) days.

9. Pour concrete only after inspection by the Owner's Representative at the pouring site to verify proper forms and reinforcement.

10. Cure and protect all exposed concrete installed under this contract in accordance with the reference standard.

11. Saw cut joints shall be placed every 15 feet or in accordance with the plan details.

12. Minimum six (6) inches of topsoil shall be placed in the street parkway (area between right-of-way and edge of pavement) and all the other disturbed areas. Sod the street parkways and all the disturbed areas.

13. Removal of street and driveway paving will be measured and paid at the contract unit price per square yard of pavement removed. Removal of curb, street and driveway paving includes removal and disposal of concrete off site. Saw cut of pavement and curb will be measured separately and paid at the contract unit price per linear foot of saw cut. The lime treatment of subgrade and lime will be measured and paid separately. The construction of new concrete pavement and driveways will be measured and paid separately at the contract unit price. The contract unit price includes compensation for furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the work, preparation of right-of-way, excavation, borrow, fill, compaction, disposal of excess material, paving, joints, topsoil, and seeding complete in place. The construction of new curb will be measured separately and paid at the contract unit price per linear foot of curb installed.

SC.77 JACKING, BORING OR TUNNELING

The following sentence is deleted from the paragraph 503.3.3.2, Page 503-2, of the Public Works Construction Standards-North Central Texas, North Central Texas Council of Governments, Item 503.3 – Methods of Jacking, Boring or Tunneling.

"Lateral or vertical variation in the final position of the pipe in the direction indicated on the plans".

Add the following sentence in place of the above deleted sentence.

503.3.3.2 - "No vertical or lateral variation of slopes and grades shown in the plans will be allowed for installation of pipe."

SC.78 PVC SEWER PIPE

All PVC sewer pipe shall be manufactured in accordance with the latest versions of ASTM 3034, ASTM 794 or ASTM 2241 and be either SDR-35 or SDR-26. Resin types shall be 12454B or 12454C.

SC.79 SERVICE LATERALS

Contractor shall be responsible for locating service connections prior to construction.

Contractor shall verify by testing all service connections to determine if they are active or inactive. Only active services shall be connected to the new sanitary sewer system. Inactive services shall be plugged with grout. The Contractor shall be responsible for any liability associated with the accidental plugging of active services. All active laterals shall be removed from the existing sewer line to the private property line. Replace existing laterals with new laterals of same size from the new sewer main to the private property line. In no case shall the size of service lateral be smaller than 4 inches in diameter. A cleanout shall be installed at the property line.

Install wyes at an angle of no more than forty-five degrees (45) or less with springline.

Install service laterals with a straight alignment and at a uniform grade not less than one percent (1%) unless otherwise specified. Embedment and service lateral connection shall be as per Standard Details of City of Cedar Hill.

All service laterals crossing concrete pavement shall be installed by method other than open-cut (jacking, boring, or tunneling). The Contractor may, at his option, install the laterals by open cut. However, he must provide a two (2) year maintenance bond on the lateral and pavement.

Maintain an accurate record of location and size of all active service laterals.

Unless otherwise indicated on the drawings, service laterals installed by open-cut method shall be measured at the contract unit price per each, complete in place. The Contract unit price shall be total compensation for furnishing of all labor, materials, tools, equipment, and incidentals necessary to complete the work, including excavation, concrete encasement, disposal of excess material, backfill, embedment, saw cut, removal and replacement of curb, sidewalks, sod, all in accordance with the plans and specifications. Furnishing and installation of Y connection shall be included in the contract unit price of service laterals. Removal and replacement of pavement will not be measured and paid separately for installation of service laterals.

SC.80 PIPE PLUGGING AND SANITARY SEWERS TO BE ABANDONED

1. Prior to plugging of a sewer segment, the Contractor shall verify that no existing services will be affected.

2. Physically remove sanitary sewer pipe outside of the manhole for a minimum distance of one (1) foot.

3. Fill pipe for a minimum length of one (1) foot with non-shrink grout.

4. Sawcut, removal and replacement of concrete paving for plugging of existing sanitary sewer line shall be considered subsidiary to other bid items.

5. If the existing sanitary sewer line is to be abandoned, and the new line conflicts with the existing line, then remove the existing line where there is less than 1-foot of clearance between the lines.

6. The pipe plugging and sanitary sewers to be abandoned shall be considered subsidiary to the other bid items.

7. Bypass Pumping a. Perform bypass pumping for flow control. No bypassed wastewater shall be discharged into a natural or manmade drainage structure. b. There shall not be a separate pay item for bypass pumping.

SC.81 SANITARY SEWER LINE CONNECTION

1. Make existing and/or new sewer line connections to existing and/or new manholes as indicated on the drawings.

2. Perform by-pass pumping for flow control when connecting to existing sewer line or manhole.

3. There shall not be a separate pay item for connection of new sewer line to existing or new manholes and connection to existing sewer line. New sewer line connections to existing or new manholes and to the existing sewer lines shall be considered subsidiary to other bid items.

SC.82 STEEL ENCASEMENT PIPE

1. Steel encasement pipe shall conform to AWWA C-200. The pipe shall be fabricated in accordance with ASTM A-570 from steel plates having a minimum yield strength of 36,000 psi. Encasement pipe shall have a minimum of 1/2" wall thickness.

2. Steel encasement pipe shall be painted inside and outside with two coats of KOPPERS CO. Bitumastic Super Service black or equal coating manufactured by TNEMAC Company, Inc., prior to delivery to the job site. Minimum thickness of coating inside and outside shall be 12 mils dry film thickness per each coat.

3. Encasement pipe shall be field welded in accordance with AWWA C-206 and AWS D7.0. The welded joints shall be wire brushed and painted with KOPPER's Inertol Quick-Drying primer 626 or equal primer manufactured by TNEMAC Company, Inc.

SC.83 SANITARY SEWER LINE AND MANHOLE TESTING

Each completed sanitary sewer line section shall be tested, prior to the final acceptance of completed section. The following tests shall be performed in accordance with the Texas Commission on Environmental Quality Chapter 217, and published in Texas Register (Volume 25, Number 42, November, 2003).

1. Low pressure air test for all Sanitary Sewer Line included in this Contract.

2. Deflection testing (Mandrel Test) after the final backfill has been in place at least 30 days.

a. The mandrel shall have an outside diameter (O.D.) equal to 95% of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe, all dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing.

b. The mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75% of the inside diameter of the pipe. A proving ring shall be provided and used for each size mandrel in use.

c. Adjustable or flexible mandrels are prohibited. A television inspection is not a substitute for the deflection test. A deflectometer may be approved for use on a case-by-case basis. Mandrels with removable legs or runners may be accepted on a case-by-case basis.

3. Acceptance Testing: After the completion of the manhole, the manholes shall be visually inspected by the Engineer and the Owner before final acceptance. In addition, the Contractor shall perform low pressure vacuum air testing on each manhole. Each manhole shall be tested separately and independently of the sanitary sewer lines. All sanitary sewer lines coming into the manhole shall be sealed with an internal pipe plug. The method of testing shall be by means of creating an air vacuum within the manhole, whereby, a 10" Hg. (mercury) vacuum will be developed. The air vacuum shall then be monitored once it has reached 10" Hg. for a test period of two (2) minutes. The allowance drop in air vacuum shall be no greater than 1" Hg. during the two-minute test period.

The air vacuum testing procedures for the manholes shall be according to the recommendations of Cheme Industries, Inc., (Air-Loc Vacuum Manhole Tester), or such other manufacturers/suppliers that would have acceptable equipment designed specifically for air vacuum testing of manholes.

The Contractor shall provide the Owner with certified documentation that the test procedures were conducted as recommended by the equipment manufacturers and the test results were actual numbers recorded in the field. The Contractor shall record and certify to the following information: a. Date and time of testing b. Name of contractor's representative performing the tests c. Equipment used and calibration procedures d. Manhole location(s) e. Air-vacuum maximum (Hg.) f. Test period g. Drop of air vacuum within the test period h. Other observers at the testing site

SC.84 WATER PIPE

All 6-inch, 8-inch and 12-inch water mains to be AWWA C900 DR-18 (150 Pressure Class) PVC pipe or polywrapped ductile iron. All water line fittings to be ductile iron. All valves shall be AWWA approved resilient wedge gate valves. Minimum cover shall be a minimum of 4.0 feet.

SC.85 FIRE HYDRANTS

Fire hydrants shall be three way breakaway type no less than 5-1/4 inches in size and must conform to AWWA specifications C-502. They shall be Mueller “Super Centurion”, “”, American Flow Control “Waterous Pacer” with all bronze to bronze moving parts. Two 2-1/2-inch NST hose connections are required. The 4 ½ -inch steamer connection shall be 4.800 pitch diameter with 4 threads per inch. The operating nut shall be 1-1/2 –inch P to F pentagon nut, open left. Mechanical joint connection is required.

Bolts and nuts for mechanical joints will be of a high-strength low-alloy corrosion resistant steel conforming to A.I.S.M. A325 (type 3).

Fire hydrants will be placed 2 to 3 feet from back of curb unless otherwise indicated on the plans, or as required to clear sidewalks.

A Blue Stimsonite, Fire –Lite reflector (or approved equal) shall be placed in the center of the street opposite each fire hydrant. The fire hydrant shall be painted with two coats of Rust-oleum #1510 chrome paint or approved equal, and two coats of primer.

SC.86 WATER VALVES

Valves 2” through 12” shall be Resilient Seated Gate Valves and must conform to AWWA Standard C-509. They shall be Mueller, American Flow Control, Clow and M&H. Valves over 12” shall be butterfly valves and must conform to AWWA Standard C-504 and shall have mechanical seals.

Install 2’ x 2’ x 4” thick, concrete block around all water valves outside of concrete pavement. Valve extensions shall be provided on all valves with operating nuts greater than 4’ below finished ground or paving grade and be brought to within 1 Ft. of finished grade.

SC.87 WATER SERVICE CONNECTIONS

All water services shall be located in the center of the lot, unless replacing an existing service then the new service shall be located in the same area as existing service.

All water services shall be 1-inch minimum or polyethylene tubing meeting AWWA C-901 and ASTM D-2737, 1- inch minimum compression fitting angle stop, and meter box. Angle stops will be located within the meter box and facing toward the lot per City of Cedar Hill Construction Details.

Each meter box will be located adjacent to the curb and installed after street pavement has been completed and curbs backfilled. Meter box shall be DFW Plastics DFW1814BTL or equal with a 2” minimum metal locator plate in the recess for ¾” to 1” meters, and shall be DFW2818PLCIR or equal for 1-1/2” to 2” meters.

END OF SPECIAL CONDITIONS

SECTION 5 – SPECIAL PROVISIONS WAGE DECISIONS & HUD REQUIREMENTS

General Decision Number: TX120049 07/27/2012 TX49

Superseded General Decision Number: TX20100059

State: Texas

Construction Type: Building

Counties: Johnson, Parker and Tarrant Counties in Texas.

BUILDING CONSTRUCTION PROJECTS (does not include single family homes and apartments up to and including 4 stories). Use current heavy and highway General Wage Determination for Paving Incidental to Building Construction in Tarrant County and for Paving and Utilities incidental to Building Construction in remaining Counties.)

Modification Number Publication Date 0 01/06/2012 1 04/20/2012 2 07/20/2012 3 07/27/2012

BRTX0001-007 05/01/2011

Rates Fringes

BRICKLAYER...... $ 21.06 7.18 ------* CARP1421-001 04/01/2012

Rates Fringes

MILLWRIGHT...... $ 24.25 7.85 ------ELEC0020-004 06/01/2012

Rates Fringes

Electricians: Cable Splicer...... $ 26.41 4.50+12.5% Electrician...... $ 24.85 12.25% + 4.70 ------IRON0263-001 06/01/2012

Rates Fringes

IRONWORKER (Structural)...... $ 21.85 5.40 ------SFTX0669-001 04/01/2012

Rates Fringes

SPRINKLER FITTER (Fire Sprinklers)...... $ 25.84 16.47 ------SUTX1989-001 11/01/1989

Rates Fringes

Acoustical Installer...... $ 11.23

CARPENTER (Excluding drywall hangers, acoustical installers & batt insulators)...... $ 12.27 2.22 doing drywall hanging only..$ 10.00

CEMENT MASON/CONCRETE FINISHER...$ 10.16 .76

DRYWALL FINISHER/TAPER...... $ 11.18 2.21

GLAZIER...... $ 11.37 1.31

LABORER (Including Mason Tenders & Pipelayers)...... $ 7.46 1.00

Landscape Laborer...... $ 7.25

Mechanical Insulator...... $ 10.92 1.00

PAINTER (Brush and Spray) (excluding Drywall Finishing)....$ 10.47 2.21

PLASTERER...... $ 11.50

Plumbers and Pipefitters (Including HVAC work)...... $ 13.34 2.15

Power equipment operators: Backhoes...... $ 12.30 1.82 Cranes...... $ 14.26 2.44 Foundation Drill Operators..$ 8.54 Graders...... $ 11.69 1.80

ROOFER...... $ 9.50 .99

Sheet metal worker (Including HVAC Duct Work)...... $ 12.63 2.10

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

======

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union.

Union Identifiers

An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example.

Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate.

Non-Union Identifiers

Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date.

Survey wage rates will remain in effect and will not change until a new survey is conducted.

------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

======

END OF GENERAL DECISION

(http://www.wdol.gov)

SECTION 6 TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS REHABILITATION OF SHERWOOS WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS TABLE OF CONTENTS DIVISION 1 - GENERAL REQUIREMENTS

01010 Summary of Work ...... 01010 - 1 - 3 01070 Abbreviations ...... 01070 - 1 - 5 01150 Measurement and Payment ...... 01150 - 1 - 1 01300 Submittals ...... 01300 - 1 - 5 Sample ...... Sample - 1 - 1 01310 Construction Schedule ...... 01310 - 1 - 1 01360 Quality Control ...... 01360 - 1 - 1 01370 Schedule of Values ...... 01370 - 1 - 2 Sample ...... Sample - A - E 01420 Inspection Services ...... 01420 - 1 - 1 01700 Contract Closeout ...... 01700 - 1 - 1 01710 Cleaning and Adjusting ...... 01710 - 1 - 2

DIVISION 2 - SITE WORK ...... Not Used

DIVISION 3 - CONCRETE

03200 Concrete Reinforcement ...... 03200 - 1 - 3 03300 Cast-In-Place Concrete ...... 03300 - 1 – 5 03600 Grout & Concrete Repair ...... 03600 – 1 - 4

DIVISION 4 – MASONRY ...... Not Used

DIVISION 5 – METALS ...... Not Used

DIVISION 6 - WOOD AND PLASTICS ...... Not Used

DIVISION 7 - THERMAL AND MOISTURE PROTECTION ...... Not Used

DIVISION 8 - DOORS AND WINDOWS ...... Not Used

DIVISION 9 – FINISHES

09900 Painting ...... 09900 – 1 - 5

DIVISION 10 - SPECIALTIES ...... Not Used

DIVISION 11 – EQUIPMENT ...... Not Used

11212 Submersible Pump ...... 11212 – 1 – 6

DIVISION 12 - FURNISHINGS ...... Not Used

DIVISION 13 - SPECIAL CONSTRUCTION ...... Not Used

DIVISION 14 - CONVEYING SYSTEMS ...... Not Used

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW 20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas TOC - 1 REHABILITATION OF SHERWOOS WASTEWATER LIFT STATION & UPGRADES AT VARIOUS LOCATIONS TABLE OF CONTENTS

DIVISION 15 – MECHANICAL ...... Not Used

15057 Ductile Iron Pipe and Fittings ...... 15057 - 1 - 2 15061 Steel Pipe and Fittings ...... 15061 - 1 - 2 15210 Gate Valve ...... 15210 - 1 - 4 15300 Tilted Disc Check Valve ...... 15300 - 1 - 2

DIVISION 16 – ELECTRICAL

16000 OmniSite Crystal Ball Autodialer ...... 16000 – 1 - 2 16720 Modifications to Existing SCADA ...... 16720 – 1 - 2

END OF CONTENTS

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW 20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas TOC - 2 SECTION 01010 SUMMARY OF WORK

PART 1 - GENERAL

1.01 SCOPE

A. This Section describes the project in general and provides an overview of the extent of the work to be performed. Detailed requirements and extent of work are stated in the applicable Specification sections and/or shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of these Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, testing, and completion of the work.

B. Any part or item of the work which is reasonably implied or normally required to make each installation satisfactorily and completely operable shall be performed by the Contractor and the expense thereof included in the applicable lump sum price bid for this project. All miscellaneous appurtenances and other items of work that are incidental to meeting the intent of the plans and these Specifications, are considered to be included in the applicable lump sum price bid for this project, even though these appurtenances and items may not be specifically called for in the Specifications or shown on the Drawings.

1.02 DESCRIPTION OF PROJECT

The project consists of rehabilitation of Sherwood Wastewater Lift Station located at 723 Sherwood Ct., Cedar Hill, Texas 75104 by renovating the existing lift station and replacing with new submersible pumping units, piping, control panels, etc. The project also included is the Omni Crystal Ball Installation at two (2) additional lift stations and SCADA HMI Upgrade on the City provided computer at the Public Works Service Center.

A. Removal of existing equipment, coordination of power outages, SCADA terminations and any required programming, bypass pumping for all shutdowns, and training and startup of all equipment is included. The contractor shall provide all labor, equipment, materials, professional services, and incidentals required to renovate the existing facilities as indicated on the plans and specifications.

1. Provide bypass pumping as required. 2. Modification of the existing wetwell top and installation of new covers, hatches, etc. as shown. 3. Installation of new submersible pumping units including their controls. 4. Installation of new valve, piping, gate valves and check valves. Insulate any exposed piping. 5. Integration to and programming for the RTU and modifications to the existing SCADA system to accommodate the new I/O points necessary to monitor and operate the new equipment installed under items above. 6. Start up and training for the new pumping units, controls, and SCADA systems. 7. Surface preparation, repairs, and coating of the wetwell and valve vault. 8. Electrical modifications as indicated including new power panel installations.

1.03 STANDARD SPECIFICATIONS

A. All work shall conform to City of Cedar Hill General Contract Documents and General Specifications for Water Department Projects, except as specified herein.

1.04 WORK SEQUENCE

A. The Contractor is required to determine his own method of rehabilitation and detailed work sequence, within the general terms and constraints of the contract. The Contractor’s sequence and methods must Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01010 - 1 SECTION - 01010 SUMMARY OF WORK

ensure that the overall project is completed within the allotted time, observe all constraints, safety, and health related guidelines.

1.05 DURATION

A. One hundred eighty (180) calendar days from Notice to Proceed shall be allotted for completion of the project.

1.06 PROTECTION OF ADJACENT PROPERTIES

A. All bidders shall visit the site and note the buildings, structures, water ways, landscaping, streets, sidewalks, driveways and other facilities near the work areas that may be damaged by this renovation. The Contractor shall make adequate provisions to fully protect the surrounding areas and shall be held fully responsible for all damages resulting from its operations.

B. The Contractor will be responsible for any damage to structures, vehicles, landscaping, and any other items as a result of overspray or blasting sand. The Contractor shall hire a cleaning contractor and repair the damage within a seven day period after the damage is reported. If the Contractor fails to satisfactorily repair the damage, the City will facilitate the clean up and withhold the cost from Contractor’s final payment.

C. The Contractor shall clean daily all trash, waste material, rubbish and debris resulting from his or/her operations. The Contractor shall place steel containers (dumpsters) at the site for the collection of waste material. The contractor shall install silt fence on perimeter fence to prevent trash from entering in the surrounding areas. The site shall be cleaned to the satisfaction of the Owner.

1.07 WATER/WASTEWATER SYSTEM SHUTDOWNS

A. The Contractor shall coordinate with the Owner the scheduling of all water/wastewater system shutdowns if required, as to minimize disruption to customers.

1.08 IDENTIFICATION OF PROBLEM AREAS

A. Identification of problem areas shall be a joint effort of the Owner and the Contractor with the final determination to be made by the Owner (City of Cedar Hill).

1.09 SURVEYING

A. N/A.

1.10 BUILDING PERMITS AND INSPECTIONS

A. All work in this contract is subject to the permitting and inspection process of the City of Cedar Hill. All construction shall comply with the applicable Building, Plumbing and Electrical Codes. All required permits must be obtained by the Contractor at his expense.

1.11 CONTRACTOR’S RESPONSIBILITIES

A. Execute all work as described on the Drawings and in these Specifications.

B. Arrange for the necessary equipment and materials required for renovation and testing.

C. Provide adequate temporary sanitary facilities. The Contractor and his/her subcontractors will not be allowed to use any facilities at the job site. Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01010 - 2 SECTION - 01010 SUMMARY OF WORK

D. Furnish, install, maintain, and remove all temporary service facilities for renovation purposes.

E. Provide and maintain fire fighting equipment in working order during the entire construction period.

F. Provide and maintain all required safety and testing equipment during the construction period. The Contractor shall also establish a safety plan and procedure in the case of an emergency.

1.12 ELECTRICAL EQUIPMENT

A. All electrical equipment supplied in this contract shall be listed by Underwriter’s Laboratory (UL) or Canadian Standards Association (CSA), provided UL or CSA offers such a listing as determined by UL and CSA.

PART 2 - PRODUCTS

A. Products specified by manufacturer or trade name are intended to be a minimum standard for the contractor to base the bid upon. Unless otherwise noted, equal quality products will be given consideration during the submittal process. All products incorporated into the project must be submitted as per section 01300 of these specifications.

PART 3 - EXECUTION NOT USED

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01010 - 3 SECTION 01070 ABBREVIATIONS

PART 1 - GENERAL

The following abbreviations supplement the NCTCOG Standard Specifications.

APPURT APPURTENANCE B/F V BUTTERFLY VALVE C&G CURB & GUTTER CHK V CHECK VALVE CIRCUM CIRCUMFERENCE CL CENTERLINE OR CLASS CMC CEMENT MORTAR COATING CML CEMENT MORTAR LINING CONC CONCRETE CPLG COUPLING CTE COAL TAR ENAMEL DET DETAIL DIAPH DIAPHRAGM DISCH DISCHARGE EX OR EXIST EXISTING FLEX FLEXIBLE FLG FLANGE GV GATE VALVE HYD HYDRAULIC MOT MOTOR NB&G NUTS, BOLTS AND GASKET NCTCOG NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS OPER OPERATOR PS PUMP STATION RED REDUCER REPL REPLACE RESTR RESTRAINT SPC SPECIAL SPECS SPECIFICATIONS STL STEEL SUCT SUCTION TYP TYPICAL V VALVE W/ WITH

ARCHITECTURAL ABBREVIATIONS

DIAMETER # NUMBER/POUND & AND @ AT A.B. ANCHOR BOLT A.F.F. ABOVE FINISH FLOOR ALUM. ALUMINUM ANG. ( ) ANGLE ARCH. ARCHITECTURAL B.U. ROOF BUILT-UP ROOF BD. BOARD Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01070 - 1 SECTION – 01070 ABBREVIATIONS

BLDG. BUILDING BLK BLOCKING BM BEAM BOT. BOTTOM C.G. CORNER GUARD C.J. CONTROL JOINT C.M.U. CONCRETE MASONRY UNIT C.T. CERAMIC TILE CEM. CEMENT CLG. CEILING COL. COLUMN CONC. CONCRETE COND. CONDITION CONST. CONSTRUCTION CONT. CONTINUOUS CONTR. CONTRACTOR CORR. CORRIDOR D.S. DOWN SPOUT DECOR DECORATIVE DIA. DIAMETER DN. DOWN DR. DOOR DRWGS. DRAWINGS DTL. DETAIL E.J. EXPANSION JOINT E.W. EACH WAY E.W.C. ELECTRIC WATER COOLER EA. EACH EL. ELEVATION ELEC. ELECTRIC (AL) ELEV. ELEVATOR EQ. EQUAL EXIST. (EX.) EXISTING EXT. EXTERIOR F.D. FLOOR DRAIN F.E. FIRE EXTINGUISHER F.E.C. FIRE EXTINGUISHER CABINET F.H.C. FIRE HOSE CABINET FIN. FINISH FLASH. FLASHING FLR. FLOOR G.I. GALVANIZED IRON GA. GAUGE GALV. GALVANIZED GEN. GENERAL GYP.BD. GYPSUM BOARD H.M. HOLLOW METAL HARDBD. HARDBOARD HORIZ. HORIZONTAL HR. HOUR HT. HEIGHT I.D. INSIDE DIAMETER INSUL. INSULATION INT. INTERIOR Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01070 - 2 SECTION – 01070 ABBREVIATIONS

J.G. JAMB GUARD JT. JOINT JAN. JANITOR M.O. MASONRY OPENING M.R. MOISTURE RESISTANT MACH. MACHINE MAS. MASONRY MAX. MAXIMUM MECH. MECHANICAL MEP MECH/ELEC/PLUMB MFR. MANUFACTURER MIN. MINIMUM MTL. METAL N.I.C. NOT IN CONTRACT N.T.S. NOT TO SCALE O.C. ON CENTER O.D. OUTSIDE DIAMETER/OVERFLOW DRAIN O.H. OVERHEAD OPNG. OPENING PL. PLATE PLAS.LAM. PLASTIC LAMINATE PLUMB PLUMBING PLYWD. PLYWOOD POL. POLISHED PRE-FAB. PRE-FABRICATED PTD. PAINTED R. RISER R.D. ROOF DRAIN R.O. ROUGH OPENING RAD., R. RADIUS RECPT RECEPTACLE REF: REFER TO REFRIG. REFRIGERATOR REINF. REINFORCING REQ’D. REQUIRED RM. ROOM S.S. STAINLESS STEEL SCHED. SCHEDULED SECT. SECTION SIM. SIMILAR SPEC. SPECIFICATION STD. STANDARD STL. STEEL STRUCT. STRUCTURAL T. TREAD T.C. TOP OF CURB T.O.S. TOP OF STEEL T.W. TOP OF WALL THK. THICK TOIL. TOILET TYP. TYPICAL U.N.O. UNLESS NOTED OTHERWISE V.C.T. VINYL COMPOSITE TILE V.W.C. VINYL WALL COVERING VERT. VERTICAL Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01070 - 3 SECTION – 01070 ABBREVIATIONS

VEST. VESTIBULE W.F. WIDE FLANGE W.P. WATERPROOF(ING) W.W.M. WELDED WIRE MESH W/ WITH W/O WITHOUT WD. WOOD

1.02 ORGANIZATIONAL ABBREVIATIONS

Abbreviations of organizations which may be referenced in these Specifications are:

Organizational Abbreviation Definition

ACS American Chemical Society ACI American Concrete Institute AGMA American Gear Manufacturer's Association API American Petroleum Institute AIChE American Institute of Chemical Engineers AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute APHA American Public Health Association AREI American Railway Engineering Institute ASTM American Society for the Testing of Materials ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASHRAE American Society of Heating, Refrigeration and Air Conditioning AWI American Woodwork Institute AWWA American Water Works Association AWS American Welding Society DIPRA Ductile Iron Pipe Research Association CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency FM Factory Manual HEW Department of Health, Education and Welfare HUD Department of Housing and Urban Development IEEE Institute of Electrical and Electronic Engineers IRI Institute of Risk Insurance ISA Instrument Society of America ISO Insurance Service Office JIC Joint Industrial Council MSS Manufacturer's Standardization Society of America NAAMM National Association of Architectural Metal Manufacturers NARUC National Association of Railway and Utilities Commissioners NBHA National Builders Hardware Association NCTCOG North Central Texas Council of Governments NEC National Electric Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCI Precast Concrete Institute SDHPT Texas State Department of Highways and Public Transportation Commission Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01070 - 4 SECTION – 01070 ABBREVIATIONS

SMACNA Sheet Metal and Air Conditioning National Association SSPC Steel Structures Painting Council TCEQ Texas Commission on Environmental Quality TPI Truss Plating Institute UL Underwriters Laboratory USGS United States Geological Survey USPHS United States Public Health Service WEF Water Environment Federation WWEMA Water and Wastewater Equipment Manufacturers Association WPCF Water Pollution Control Federation

1.03 ADDITIONAL ABBREVIATIONS

Abbreviation Definition

HOA Hand-Off-Auto SCADA Supervisory Control And Data Acquisition RTU Remote Thermal Unit BCD Binary Coded Decimal EEPROM Electrically Erasable Read Only Memory QUICS Name of a Company BCH Bose Chaudri Code BAUD Unit of Data Transmission Speed MODOM Modulator Demodulator Device AC Alternating Current DC Direct Current mA Milli Amp Hz Hertz/Cycles LED Light Emitting Diode RTD Remote Terminal Data UPS Uninterrupted Power Supply SIP Station Instrument Panel SCP Station Control Panel KVA Kilo-Volt Amp V Volts A Amperes MCC Motor Control Center RMS Root Mean Square NO Normally Open NC Normally Closed SPDT Single Pole Double Throw UV Ultra Violet

1.04 LEGEND

A. Legends of symbols used are shown on the Drawings, and in general, use of symbols is confined to the Drawings.

PART 2 - PRODUCTS NOT USED

PART 3 - EXECUTION NOT USED

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01070 - 5 SECTION 01150 MEASUREMENT AND PAYMENT

PART 1 - GENERAL

1.01 BID

A. The bid is a part of these contract documents, and lists each item of work for which payment will be made. No payment will be made for any items other than those listed in the bid.

B. Required items of work and incidentals necessary for the satisfactory completion of the project which are not specifically listed in the bid, shall be considered as incidental to the specified work required under this contract. Incidental costs, including Contractor’s overhead costs and profit, shall be considered as included in the lump sum or unit prices bid for the various bid items.

C. Work includes furnishing all parts, labor, professional services, equipment, tools and materials and performing all operations required to complete the work satisfactorily, in place, as specified and as indicated on the drawings.

1.02 MEASUREMENT AND PAYMENT

A. Measurement of an item of work will be by the unit indicted in the bid schedule.

B. Measurement will include all necessary and incidental related work not specified to be included in any other item of work listed in the bid schedule. Work includes all labor, professional services equipment, tools, materials and incidental costs to furnish, install, test and place into service all components required for a complete and operating system.

C. Unless otherwise stated in individual sections of the specifications and/or in the bid schedule, no separate payment will be made for any item of work, materials, parts, equipment, supplies or related items required to perform and complete the requirements of any section. The costs for all such items required shall be included in the contract price bid for the item of which it is a part.

D. Payment will be made at the contract price per unit indicated in the bid with total price of the contract being equal to the total bid, as specified and as modified by extending unit prices multiplied by quantities, as appropriate, to reflect actual work included in the project. Such price and payment shall constitute full compensation to the Contractor for furnishing all parts, labor, professional services, equipment, tools and materials and for performing all operations required to furnish to the Owner the entire project, complete in place as specified and as indicated on the drawings.

PART 2 - PRODUCTS NOT USED

PART 3 - EXECUTION NOT USED

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01150 - 1 SECTION 01300 SUBMITTALS

PART 1 - GENERAL

1.01 NUMBER OF COPIES REQUIRED

A. For all data, which requires review, the Contractor shall submit the required number of copies. The minimum number of copies required for review and distribution is:

Owner’s Engineer’s File 2 City of Cedar Hill 2 Contractor’s File 1 Contractor’s Field Copy 1 Supplier’s Copy 1

Total (minimum) 7

Up to one additional copy may be added to the above as required by the Owner’s Engineer.

B. For non-review items such as parts lists and operation or maintenance manuals, the number of copies required for distribution is:

Owner’s Engineer 2 City of Cedar Hill 4 Contractor’s File 1

Total Copies 7

1.02 ROUTING OF SUBMITTALS

A. Data to be reviewed and routine correspondence will be routed as follows, according to type of submittal. 1. Shop Drawings, Product Data and Samples. a. Supplier to Contractor (through representative if applicable) for preliminary check. b. Contractor to Owner’s Engineer 7 copies. 2. Owner’s Engineer to Contractor. 3. Contractor to supplier.

1.03 ADDRESSES FOR COMMUNICATIONS

A. City of Cedar Hill Mr. Adam Campbell Operations Manager 285 Uptown Blvd, Bldg # 100 Cedar Hill, TX 75104 Phone: (972) 291-5126 X 2824 Fax: (972) 291-5120

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01300 - 1 SECTION – 01300 SUBMITTALS

B. Deltatek Engineering (Engineer) Bahram Niknam, P.E. 2211 Texas Drive Irving, Texas 75062 Email: [email protected] Phone: (214) 232-5040

1.04 SUBMITTAL REQUIREMENTS

A. Submit shop drawings, product data and samples required by the contract documents.

B. Number the submittals consecutively within a section. For example, the first submittal in section 09345 would be numbered 09345-1. For re-submittals, use the suffix letters A for second submittal, B for the third, etc.

C. Designate in the construction schedule or in a separate coordinated schedule, the dates for submission and the dates that reviewed shop drawings, product data and samples will be needed.

D. Shop drawings, product data and samples are not considered a part of contract documents.

E. The use of reproductions of the contract plans by any contractor, subcontractor, erector, fabricator or material supplier in lieu of preparation of shop drawings will be permitted except for Structural drawings. However, it will signify his acceptance of all information shown on the document as correct and obligates himself to any job expense, real or implied, arising due to any errors that may occur thereon. In addition, all references to Deltatek Engineering, City of Cedar Hill or a Consultant, including all Engineer’s or architect’s seals are to be removed if these contract drawings are to be used as shop drawings.

1.05 DATA REQUIRED

A. Furnish engineering data covering all materials and equipment in this contract. The data should be prepared and transmitted promptly following execution of the general contract.

B. All data needed to determine the following facts shall be submitted. 1. Conformance to specifications, including: kind, type, size, arrangement, finishes and operation of component materials and devices. 2. Conformance to plans, including dimensions, orientation, appearance, external connections and anchorages and installation clearances. 3. Specific purpose or design conditions and adequacy to meet same: weights, dynamic loads, supports required and operating characteristics. 4. Coordination with other work, including items needed by this trade but furnished by others and information needed by others to perform their part. 5. In all cases, the Contractor shall clearly mark on the front of the submittal the section of the specifications or item that is being referred to.

C. The manufacturer shall furnish the Owner complete and accurate drawings as required.

D. Furnish all items specifically asked for, within the individual sections, of these specifications.

1.06 SHOP DRAWINGS

A. Preparation by a qualified detailer is required.

B. Where necessary for clarity, identify details by reference to sheet and detail numbers as shown on the contract drawings. Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01300 - 2 SECTION – 01300 SUBMITTALS

C. Include on the drawing all information required for submission or submit a transmittal letter containing required information.

D. Furnish all items specifically asked for, within the individual sections, of these specifications.

1.07 PRODUCT DATA

A. Modify the manufacturer’s standard schematic drawings to delete or supplement information as applicable.

B. For manufacturer’s catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other descriptive data: 1. Clearly mark each copy to identify pertinent materials, products or models. 2. Show dimensions and clearances required. 3. Show wiring diagrams and controls.

C. Include on the data all information required for submission or submit a transmittal letter containing required information.

1.08 SUBMISSION REQUIREMENTS

A. Accompany submittals with a transmittal letter. Sample transmittal letter included at end of section.

B. Include the following information for each submittal. 1. Date and revision dates. 2. Project title and City of Cedar Hill Project number. 3. The names of: a. Owner’s Engineer b. Contractor c. Subcontractor d. Supplier e. Manufacturer 4. Identification of product or material. 5. Relation to adjacent structure or materials. 6. Field dimensions clearly identified as such. 7. Specification section number. 8. Applicable standards such as ASTM number or Federal Specification. 9. Identification of any and all deviations from contract documents. 10. Contractor’s stamp, in green color, initialed or signed, certifying review of submittal, verification of field measurements and compliance with contract documents.

1.09 ENGINEER’S DUTIES

A. Review submittals within fourteen calendar days after receipt.

B. Affix stamp and initials or signature. The submittal will be marked in the following manner. 1. Approved. This means that the Owner takes no exception to the submittal as it is and that the Contractor may proceed with its installation within the constraints of the contract. 2. Approved as Noted. This means that the Owner takes no exception to the submittal as it is except for those items which have been noted. The Contractor may proceed with its installation, as noted and within the constraints of the contract. 3. Revise and Re-submit. This means that the Owner takes exception to the submittal as it is and has noted such. The Contractor must address the Owner’s notes and re-submit. 4. Not Approved. This means that the submittal does not comply with the plans and specifications. Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01300 - 3 SECTION – 01300 SUBMITTALS

5. For Record Only. This means the submitted item does not require approval. Example: MSDS product sheets.

C. Return submittals to the Contractor for distribution.

1.10 RE-SUBMISSION REQUIREMENTS

A. Incomplete or incorrect submittals 1. Submittals lacking proper transmittal cover, with inadequate or illegible copies, hand drawn details or schedules, will not be reviewed. Contractor may pick these up at the Engineers office or provide additional data prior to review. 2. Submittals reviewed and marked Revise and Resubmit, or Not Approved will be returned to the contractor via US Mail. 3. Re-submittals necessitated by reasons 1 or 2 above will require reimbursement by the contractor to the Engineer at the rate of $200.00 per hour with a minimum of two hours review time charged.

B. Shop Drawings 1. Revise initial drawings as required and re-submit as specified for initial submittal. 2. Indicate on drawings any changes, which have been made, include those requested by the Owner or Consultant.

1.11 SUBSTITUTIONS

A. When a particular Product Trade Name, Make, or Brand, is specified within these specifications, or shown/called out on the drawings, it shall be considered as the minimum quality standards required for that particular item.

B. All Manufacturers' literature, technical specifications, quality control and testing measures, construction methods, materials, configuration, industry certifications, ratings and approvals etc., for a product specified by Product Trade Name, Make or Brand, shall be considered as part these specification whether actually shown herein or not.

C. In order to achieve competitive and accurate bids, all Bidders shall base their proposals on the actual items (Product Trade Name, Make or Brand), listed in these specifications. Bidders will not be allowed to submit substitutions (Prospective approved equals), or base their proposals on substitutions when submitting their bids.

D. After a contract has been awarded by the City, to the low bidder (Contractor), the Contractor shall submit to the Engineer as per section 01300, within ten (10) workings days after signing the contract, the following information for all proposed product or material substitutions. 1. A written explanation on why the proposed substitution is equal to or superior to the product specified. 2. A copy of the Manufactures' literature, technical specifications and factory samples of both the specified product and the substitution, with all differences in the two products highlighted. 3. The actual benefit the City will receive by using the proposed substitution, including any cost reduction from the original Contract price. 4. Three (3) job references within fifty (50) miles of the City limits available for inspection, where the proposed substitutes were used under similar conditions.

E. All substitutions must be approved in writing by the Engineer (approved equal), prior to their use in any manner on this project. The Contractor shall submit to the Engineer any and all additional information, samples, references, etc. as requested by the Engineer for a proposed substitution.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01300 - 4 SECTION – 01300 SUBMITTALS

F. If the proposed substitution(s) are not approved by the Engineer, the Contractor shall proceed with the work utilizing the original products, materials, etc. specified herein, WHICH THE CONTRACT PRICE IS BASED UPON. The Engineer's decision on all submittals shall be final, and is not subject to debate, appeal, arbitration, or the basis for a contractual dispute or claim filed by the Contractor.

1.12 SAMPLES

A. Furnish samples of the various materials, together with the finish thereon, as specified for and intended to be used on or in the work. Send samples to the office of the Owner’s Representative, carriage pre- paid. B. Submit samples before purchasing, fabricating, applying, or installing such materials and finishes.

C. Submit samples, other than field samples in duplicate. A cover letter shall accompany the sample and shall list all items being transmitted, designating their particular usage and location in the project. Distribute samples marked “Re-submittal Not Required" as follows: one record sample for the Owner’s Representative; on record sample for the Contractor.

D. Samples shall be submitted and re-submitted until acceptable. Materials, finishes and workmanship in the completed project shall be equal in every respect to that of the samples so submitted and accepted.

E. Samples shall include materials, fixtures, equipment, surface textures, colors, etc., as required by drawings and specifications or as requested by the Owner’s Representative.

F. Identify sample as to product, color, manufacturer, trade name, lot, style, model, etc., location of use and contract document reference as well as the names of the Contractor, supplier, project and Owner’s Representative.

G. Samples shall be 8" x 10" in size and shall be limited in thickness to a minimum consistent with sample presentation. In lieu thereof, submit the actual full-size item.

H. Samples of value may be returned to the Contractor for use in the project after review, analysis, comparison, and/or testing as may be required by the Owner’s Representative.

I. Furnish one 8" x 10" sample of the finally reviewed materials, colors or textures to the Owner’s Representative for final record. Such material samples shall carry on the back all identification as previously described including, if paint sample, manufacturer, mix, proportion, name of color, building, Contractor, subcontractor and surfaces to which applied.

1.13 CONTRACTOR’S JOB SITE DRAWINGS

A. Keep all required shop drawings, product data and samples for the following work in one place. Suitably organize and index 8-½ “x 11", 11" x 17" and other compatibly sized material in a 3-ring binder. Larger shop drawings may be kept together rolled or folded. Include an index.

B. Provide and maintain on the job site one complete set of prints of all drawings which form a part of the contract. Immediately after each portion of the work is installed, indicate all deviations from the original design shown on the drawings either by additional sketches or with red ink thereon. Upon completion of the job, deliver this record set to the Owner’s Representative.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01300 - 5 SUBMITTAL TRANSMITTAL COVER SHEET

Submittal No.:

Date:

Project Title: Rehabilitation of Sherwood Wastewater Lift Station & Upgrades atVarious Locations

Project No.: PW20-0002

Consulting Engineer: DELTATEK ENGINEERING Name/Address 2211 Texas Drive Irving, Texas 75062

Contractor: Name/Address

Subcontractor: Name/Address

Contents of Submittal:

The referenced submittal has been reviewed for compliance with the Engineers Plans and Specifications. SECTION 01310 CONSTRUCTION SCHEDULE

PART 1 - GENERAL

1.01 SCOPE

A. The Contractor shall develop and submit to the Owner a construction schedule which displays the sequence and duration of each of the activities necessary to complete the contract.

1.02 FORMAT

A. The schedule shall be prepared and updated on Microsoft Project 2002 or newer format scheduling software.

1.03 RELATED WORK INCLUDED

A. SECTION - 01300: Submittals

PART 2 - PRODUCTS NOT USED

PART 3 - EXECUTION

3.01 PREPARATION AND SUBMISSION

A. Within ten calendar days following the notice to proceed, the Contractor shall submit to the Owner the draft construction schedule, per Section 01300. 1. This schedule shall include all of the work required by the plans and specifications. 2. No individual schedule item may last more than five working days. If a construction activity will last more than five working days, this activity shall be divided into two or more tasks.

B. The draft construction schedule will be reviewed by the Owner per Section 01300. 1. If the draft schedule is not acceptable to the Owner, the Contractor shall submit as many further draft schedules per 3.01A as required to receive Owner acceptance. 2. If the draft schedule is acceptable to the Owner, the Contractor shall send five copies to the Owner for its use.

C. Schedule shall include system shut-downs as proposed by Contractor. System shut downs shall be coordinated with the Distribution Division to minimize customer disruption.

3.02 SCHEDULE UPDATES

A. A schedule update shall be included with each payment request. Each update shall be per 3.01A.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas

01310 - 1 SECTION 01360 QUALITY CONTROL

PART 1 - GENERAL

1.01 SCOPE

A. The Contractor is responsible for quality control throughout the construction project. The contractor shall employ the services of a certified testing laboratory to perform construction materials testing on soils and concrete for this project. The laboratory shall be acceptable to the Engineer.

1.02 RECORDS

A. Throughout construction, daily records shall be maintained of all aspects of the work and all tests performed. All tests performed shall be numbered. One copy of these shall be maintained at the job site and submitted to the Owner at the close-out of the project.

1.03 SCHEDULE

A. A specific plan and checklist shall be made between the Contractor and the Owner for observation and inspection to assure that all facility requirements have been met.

1.04 RECORD AVAILABILITY

A. All records of the work and all tests performed shall be available at the job site for the Owner’s use at any time.

1.05 QUALIFICATIONS OF PERSONNEL

A. All operations shall be under the control of the Contractor, or the Contractor’s General Superintendent. The General Superintendent shall be experienced in all aspects of the project.

PART 2 - PRODUCTS NOT USED

PART 3 - EXECUTION NOT USED

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01360 - 1 SECTION 01370 SCHEDULE OF VALUES

PART 1 - GENERAL

1.01 SCOPE

A. Contractor shall develop and submit to the Owner for approval a schedule of values for the project.

1.02 RELATED SECTIONS

A. SECTION -01300: Submittals

PART 2 – PRODUCTS

2.01 Use format Payment Application (see attached sample form following this Section) for Schedule of Values and Payment Applications. www.paymentapplication.com.

PART 3 - EXECUTION

3.01 SUBMITTALS

A. Within ten calendar days following the Notice-to-Proceed, the Contractor shall submit to the Owner, in accordance with Section 01300, a tentative schedule of values - a breakdown of lump sum bids - which in turn shall be used to determine partial payment estimates and may be used to verify cost credits, change orders, etc.

B. The tentative schedule of values will be reviewed by the Owner to determine whether, in its judgment, the schedule of values is of sufficient detail and if the prices included are unbalanced or front-end loaded in an effort to inflate the prices of those items to be completed in the early stages of the work.

C. The Owner will provide the Contractor with its comments and may request additional information from the Contractor to justify certain quantities and prices. On the basis of the Owner’s comments, the Contractor shall revise and re-submit the tentative schedule for further review or approval.

D. Once the tentative schedule is approved by the Owner, it will become the schedule of values to be used in determining partial payment estimates. Six copies of this schedule shall be submitted to the Owner for distribution and use.

E. No partial payment request, including the first, shall be approved until the schedule of values has been accepted by the Owner.

F. The final schedule of values must be submitted for acceptance at least ten (10) working days prior to the contractual cut-off date for the first payment application.

3.02 FURTHER SUBMITTALS

A. Each partial payment requested by the Contractor shall include the accepted schedule of values, modified to indicate the total quantity and price of the work completed to the date of the request. After acceptance of the submittal, no modifications will be made to the schedule of values, except as required by approved change orders.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01370 - 1 SECTION – 01370 SCHEDULE OF VALUES

3.03 SUBMITTAL DATA

A. Insofar as possible, total quantities and unit prices shall be shown for all items of work, separating for each item the materials and labor and other such sub-items as the Contractor may desire. Lump sum, miscellaneous, and other such general entries in the schedule shall be avoided whenever possible.

B. Such items as bond premiums, insurance, temporary facilities and temporary storage may be listed separately in the schedule of values, provided that the cost can be substantiated.

C. Overhead and profit shall not be listed as separate items.

D. The sum of the items listed on the schedule of values shall equal the contract lump sum price.

E. If the schedule of values in the opinion of the Engineer, is unbalanced or front end loaded, it will be rejected by the Engineer and revised and re-submitted by the Contractor.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01370 - 2 Periodical Estimate No. (Schedule of Values) For Period From: Attachment "A" To: Owner: Address: Engineer: DELTATEK ENGINEERING Address: 2211 Texas Drive, Irving, Texas 75062 Contractor: Address: Project Name: Project Numbers:

Quantity Unit Total Total Quantity Value of Previous Value of Total Total % of Item Ref. Original of Contract Contract Complete Work Completed Quantity Previous Quantity Value of Work No. No. DESCRIPTION OF ITEM Estimate Measure Unit Price Amount This Est. This Estimate Completed Work Complete Complete Work Complete Completed

1 0 2 0 3 0 4 0 5 0 6 0 0

TOTAL BASE 0.00 TOTAL with Alternates and Change Order ATTACHMENT "B" PAYMENT REQUEST TABULATION OF VALUES FOR APPROVED CHANGE ORDERS

PROJECT: PROJECT NUMBER OWNER: CONTRACTOR: ENGINEER: DELTATEK ENGINEERING Schedule of Values

PAYMENT PERIOD FROM: TO: ESTIMATE NO. SOV

ITEM DESCRIPTION OF ITEM QUANTITY UNIT OF UNIT TOTAL QUANTITY QUANTITY VALUE % OF NO. ORIGINAL MEASURE PRICE CONTRACT THIS TO OF WORK WORK ESTIMATE AMOUNT ESTIMATE DATE COMPLETED COMP.

TOTAL FOR PAGE/PROJECT 0.00 0.00

Page ______of ______ATTACHMENT "C" PAYMENT REQUEST TABULATION OF VALUES FOR MATERIALS ON HAND

PROJECT: OWNER: CONTRACTOR: ENGINEER: DELTATEK ENGINEERING Schedule of Values

PAYMENT PERIOD FROM: TO: ESTIMATE NO. SOV

ITEM NAME OF SUPPLIER INVOICE ATTACHMENT ORIGINAL AMOUNT BALANCE OF NO. NO. "A" OR "B" INVOICE INSTALLED MATERIALS ITEM NO. AMOUNT TO DATE ON HAND 0.00

TOTAL FOR PAGE/PROJECT 0.00 0.00 0.00

Page ______of ______ATTACHMENT "D" PROJECT SUMMARY

PROJECT: PROJECT NUMBER OWNER: CONTRACTOR: ENGINEER: DELTATEK ENGINEERING Schedule of Values

PAYMENT PERIOD FROM: TO: ESTIMATE NO. SOV

CONTRACT TIME SUMMARY

Date of Notice to Proceed

Original Date of Contract Substantial Completion Original Date of Contract Final Completion Approved Time Extensions 0 Days

Current Date of Contract Substantial Completion Current Date of Contract Final Completion

Days Charges to Project to Date Days Days Remaining in Contract 0 Days Percent of Current Project Duration %

Current Scheduled Completion Date Project is (On) Schedule Days

CONTRACT COST SUMMARY

Original Contract Amount $ Approved Change Orders $ 0.00 Current Contract Amount $ Contract Earnings to date on Original Contract $ Earnings on Approved Change Orders $ Materials on Hand $ Total Current Project Amount Earned $ 0.00 Percentage of Contract Earned to Date

Retainage $

Amount Paid to Date $ Percent of Contract Paid to Date ATTACHMENT E

Period covered by this payment request:

Beginning ______Ending ______

Prepared and Submitted:

By: Printed Name

Date:

Payment Request Recommended:

By: DELTATEK ENGINEERING Printed Name

Date:

Payment Request Recommended:

By: Printed Name

Date:

Payment Request Approved:

By: Printed Name

Date: SECTION 01420 INSPECTION SERVICES

PART 1 - GENERAL

1.01 SCOPE

A. This section summarizes the duties, responsibilities, and limitations of the authority of the Observer in connection with his observation and quality assurance of the work.

1.02 AUTHORITY

A. On this project, Deltatek Engineering assumes the function of the quality assurance during construction.

1.03 DEFINITIONS

A. INSPECTOR: A representative of the owner who will be assigned authority to observe the work. B. Working Day: Per Cedar Hill General Contract Documents and General Specifications for the City of Cedar Hill.

1.04 LIMITS ON WORKING HOURS

A. Normal working hours are from 7:00 am to 7:00 pm. Contractor may not work on a Saturday, Sunday, or official City holiday; more than eleven hours in a calendar day, or forty five hours in a calendar week without the specific written consent of the Owner. All requests for extra working hours must be made to the owner in writing 72 hours in advance. B. Contractor will be responsible for quality assurance hours by the Engineer beyond normal working hours.

1.05 UNINSPECTED WORK

A. Any work performed without benefit of an inspection may require removal and replacement if so directed by the owner. This removal and replacement will be completed by the Contractor at no additional cost to the Owner or the Owner’s Representative.

PART 2 - PRODUCTS NOT USED

PART 3 - EXECUTION

3.01 AUTHORITY OF THE OWNER’S REPRESENTATIVE

A. The owner’s representative personnel shall observe the work in progress and promptly notify the Contractor of any deficiencies. Representatives are not authorized to accept work not in conformance with the plans and specifications, nor are they authorized to change the requirements of the contract documents.

3.02 RESPONSIBILITIES OF THE CONTRACTOR

A. The Contractor shall provide safe access to the work in order to observe its progress and quality. The Contractor shall also assist the inspector in obtaining samples and performing tests as necessary. B. The Contractor will be responsible for extended services service beyond completion date at a rate of $400.00 per calendar day.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01420 - 1 SECTION 01700 CONTRACT CLOSE-OUT

PART 1 - GENERAL

1.01 FINAL INSPECTION

A. When the Contractor considers the work complete, he shall submit written certification that all contract documents have been reviewed and all work has been completed and is in compliance with contract documents. He shall also certify that all facilities are operational and all work is completed and ready for final inspections.

B. The Owner will make an inspection to verify the status of completion. Should the Owner consider the work incomplete or defective, he will promptly notify the Contractor in writing, listing the incomplete or defective work. The Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written certification to Owner that the work is complete.

C. If the Owner finds the work acceptable under the contract documents, he shall request the Contractor to provide all required closeout submittals.

1.02 CLOSEOUT SUBMITTALS

A. The following close-out submittal data shall be provided by the Contractor: 1. Project Record Documents 2. Evidence of Payment and Release of Liens. Submit the following in such form as approved by Owner. a. Contractor’s affidavit of payment of debts and claims. b. Contractor’s affidavit of release of liens. c. Consent of surety to make final payment. d. Releases or waivers of liens from all subcontractors and others with lien rights against property of Owner.

1.03 FINAL PAYMENT REQUEST

A. The Contractor shall submit a payment request to the Engineer. The statement shall reflect all adjustments to the contract and shall include, but not be limited to, the following: 1. Original contract sum 2. Additions and deductions resulting from: a. Change orders b. Retainages withheld to date c. Deductions for uncorrected work d. Deductions for liquidated damages 3. Total contract sum, as adjusted 4. Previous payments 5. Sum remaining due

B. The Contractor shall submit the final application for payment in accordance with procedures and requirements stated in the contract documents.

PART 2 - PRODUCT NOT USED

PART 3 - EXECUTION NOT USED

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01700 - 1 SECTION 01710 CLEANING AND ADJUSTING

PART 1 - GENERAL

1.01 RESPONSIBILITIES

A. The Contractor is responsible for cleaning and adjusting the work.

B. This section covers the minimum general cleaning requirements for the entire project. When required, additional detailed cleaning and adjusting requirements for specific trades or work are specified in the Specification Sections pertaining to that trade or work.

1.02 REQUIREMENTS OR REGULATORY AGENCIES

A. Fire protection - Store volatile materials in covered metal containers and remove from premises daily.

B. Pollution Control - Conduct cleaning and disposal operations in compliance with local ordinances and antipollution laws. 1. Burning and burying of rubbish and material on project site is not permitted 2. Disposal of volatile fluid wastes and other chemical wastes in storm or sanitary sewer systems, lakes, streams, waterways, or jobsite is not permitted. 3. Any hazardous, toxic, fuel and spills shall be reported to proper authorities. Clean up manifest and disposal records shall be provided to the City of Cedar Hill by copies of same.

C. Safety Standards - Maintain the project in accordance with insurance and safety standards.

PART 2 - PRODUCTS NOT USED

PART 3 - EXECUTION

3.01 DURING CONSTRUCTION

A. Oversee cleaning and ensure that the premises are maintained free from accumulations of waste materials and rubbish. Do not allow waste materials, rubbish and debris to accumulate and become unsightly or create a hazard.

B. At reasonable intervals, but at least once per week, during the progress of the work, collect and dispose of waste material, rubbish and debris. Handle waste in a controlled manner; do not drop or throw materials from heights with out having first installed the proper drop chute system.

3.02 FINAL CLEANING AND ADJUSTING

A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: 1. Thoroughly clean all work provided under Contract. Leave the site in a complete and finished condition to the satisfaction of the Owner or the Owner’s representative. 2. Remove all temporary structures and all debris including but not limited to trash, rubbish excess material, scrap metal, empty containers, waste material etc. 3. Restore all areas on the site to a condition equal to or better than their original condition. This includes but is not limited to the following: a. Restore all grade lines to their original or new contours using select fill where fill work is required. b. Replant all grass that has been destroyed as a result of the Contractor’s operations. New grass shall be block sod installed over the entire area disturbed. The sod shall be freshly cut and be acceptable to the Owner prior to placement.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01710 - 1 SECTION - 01710 CLEANING AND ADJUSTING

c. The sodded area shall be at least a minimum of 85% growth to 1” in height complete before it will be accepted. d. Replant all trees and shrubs that are destroyed as a result of the Contractor’s operations. Replacement trees shall be the same species as the original trees destroyed. Trunk calipers shall be 6" minimum. Shrubs shall be the same species as the original shrubs and supplied in 5 gallon pots minimum. e. Washing, scrubbing, dusting and general cleaning of existing facilities to restore them to a condition equal to or better than their original condition. 4. If the Contractor does not remove all the rubbish, debris, restore all plants, or does not clean the site as specified above, the City reserves the right to have the cleaning and plant restoration done at the expense of the Contractor.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 01710 - 2

SECTION 03200 CONCRETE REINFORCEMENT

PART 1 - GENERAL

1.01 RELATED DOCUMENTS

A. N/A.

1.02 SECTION INCLUDES

A. Reinforcing steel bars, and welded steel wire fabric for cast-in-place concrete.

B. Support chairs, bolsters, and spacers, for supporting reinforcement.

1.03 RELATED SECTIONS

A. Section 03300- Cast-In-Place Concrete

1.04 QUALITY ASSURANCE

A. References 1. ACI-301-1 Specifications for Structural Concrete for Buildings. 2. ACI 315- Details of Concrete Reinforcement. 3. ACI 318- Building Code Requirements for Reinforced Concrete. 4. ACI SP-66- American Concrete Institute- Detailing Manual. 5. ANSI/ASTM A82- Cold Drawn Steel Wire for Concrete Reinforcement. 6. ANSI/ASTM A185 Welded Steel Wire Fabric for Concrete Reinforcement. 7. ASTM A706-Low Alloy Steel Deformed bars for Concrete Reinforcement. 8. ANSI/AWS D1.4- Structural Welding Code Reinforcing Steel. 9. ASTM-A615-Deformed and Plain Billet- Steel Bars for Concrete Reinforcement. 10. CRSI- Manual of Practice. 11. CRSI 63- Recommended Practice for Placing Reinforcing Bars. 12. CRSI 65- Recommended Practice for Placing Bar Supports, Specifications and Nomenclature.

B. Perform concrete reinforcement work in accordance with CRSI Manual of Standard Practice, Documents 63 and 65, ACI 318.

C. Conform to ACI 301 and 315.

1.05 SUBMITTALS

A. Submit mill test certificates of supplied concrete reinforcing, indicating physical and chemical analysis as per Section 01300.

1.06 DELIVERY AND STORAGE

A. Stack reinforcing steel in tiers and mark so that each length, size, shape and location can be readily determined. Exercise care to maintain reinforcement free of dirt, mud paint or rust.

B. Store materials and accessories on dunnage and under protective sheeting.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03200 - 1 SECTION - 03200 CONCRETE REINFORCEMENT

PART 2 - PRODUCTS

2.01 MATERIALS

A. REINFORCING STEEL: ASTM A615, grade billet-steel deformed bars, uncrated finish, 60 KSI yield grade for no. 4 bars and larger, Grade 40 for no. 3. bars; ASTM A706, grade 40 weldable for bars welded to steel members.

B. WELDED STEEL WIRE FABRIC: ANSI/ASTM A185 plain type, in flat sheets; uncrated finish.

2.02 ACCESSORY MATERIALS

A. Tire Wire: Minimum 16 gage annealed type.

B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shape for strength and support of reinforcement during installation and placement of concrete including load bearing pad on bottom to prevent vapor barrier puncture.

C. Chairs, Bolsters, Bar Supports, Spacers Adjacent to Architectural Concrete Surfaces: Plastic coated type, size and shaped as required.

2.03 FABRICATION

A. Fabricate in accordance with ACI 315, providing concrete cover specified in Section 03300.

B. Locate reinforcing splices not indicated on Drawings at points of minimum stress.

C. Weld reinforcing bars in accordance with ANSI/AWS D1.4.

D. Splicing of reinforcement, where required, shall provide sufficient lap to permit the transfer of the stress in accordance with the requirements of this specification. Splice wall vertical reinforcement at location of horizontal construction joints.

E. Unless otherwise noted on the drawings to be more, lap reinforcement 36 bar diameters (18-inch minimum) at all splices or have dowels of same bar section and spacing as the bars to be spliced. Lap bars at least 36 diameters at II corners and at abrupt changes in direction of walls.

F. Detail column/pier splices so as not to interfere with beam steel.

PART 3 - EXECUTION

3.01 PREPARATION

A. Before placing concrete, clean reinforcement of foreign particles or coatings.

B. Placement: 1. Place reinforcement in accordance with CRSI “Placing Reinforcing Bars” and ACI 318, with provisions of ACI 318 governing. 2. Move bars as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. 3. If bars are moved more than one bar diameter or enough to exceed tolerances, submit resulting arrangement of bars to Owner’s Representative for review. 4. Place, support, and secure reinforcement against displacement. Do not deviate from alignment or measurement. Place in accordance with CRSI recommendations. Do not heat, cut or bend bars without Architect’s approval. Provide minimum 36 bar diameter lap (18 inches Minimum) at splices unless specifically noted otherwise on drawings. Stagger splices in adjacent bars. 5. Do not displace or damage vapor barrier required by Section 03300.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03200 - 2 SECTION - 03200 CONCRETE REINFORCEMENT

6. Refer to Section 03300 for minimum coverage of concrete unless noted otherwise on the Drawings. 7. Place reinforcement, at time of concrete placing, free of mud, oil, or other materials that adversely affect or reduce bond. 8. Reinforcement with rust, mill scale, or both shall be considered satisfactory, provided minimum dimension, including height of deformation, and weight of hand-wire-brushed test specimen are not less than ASTM A 615 requirements. 9. Support reinforcement and fasten together to prevent displacement by construction loads of placing concrete. Use No. 16 gauge black annealed wire at all joints. 10. Over formwork, use metal or plastic bar chairs and spacers to support reinforcement. 11. Where concrete surface will be exposed to weather in finished structure, use non-corrosive or corrosion protected accessories within ½- inch of concrete surface. 12. Where successive mats or rolls of reinforcing fabric are continuous, overlap welded wire fabric so that overlap measured between outermost cross wires of each fabric sheet is not less than spacing of cross wires plus 2 inches. 13. Bars having splices not shown on shops drawings w ill be subject to rejection. 14. Do not bend reinforcement after being embedded in hardened concrete. 15. Do not allow bars to be in contact with dissimilar materials.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03200 - 3

SECTION 03300 CAST-IN-PLACE CONCRETE

PART 1- GENERAL

1.01 RELATED DOCUMENTS

A. N/A.

1.02 SECTION INCLUDES

A. Cast-in-place concrete for floors, foundation walls, and grade beams.

B. Floors and slabs on fill on vapor barrier.

C. Equipment pads. Thrust blocks, Light pole bases, Flag pole bases, metal stairs and screening walls.

1.03 RELATED SECTIONS

A. Section 03200 - Concrete Reinforcement

1.04 PROJECT RECORD DOCUMENTS

A. Accurately record actual locations of embedded utilities and components, which are concealed from view.

1.05 QUALITY ASSURANCE

A. Perform work in accordance with ACI 301,304,305,306, and 309.

B. Obtain materials from same source throughout the work.

C. Batch plant shall be able to show a minimum of 5 years experience in batching concrete. If required they shall furnish a list of similar sized jobs or special condition jobs performed during the last two years.

D. References: 1. ACI 301 - Specifications for Structural Concrete for Buildings. 2. ACI 302- Guide for Concrete Floor and Slab Construction. 3. ACI 304- Recommended Practice for Measuring, Mixing, Transportation, and Placing Concrete. 4. ACI 305R - Recommended Practice for Hot Weather Concreting. 5. ACI 306R- Recommended Practice for Cold Weather Concreting. 6. ACI 309 - Standard Practice for Consolidation of Concrete. 7. ACI 318- Building Code Requirements for Reinforced Concrete. 8. ASTM C33- Concrete Aggregates. 9. ASTM C94-Ready-Mixed Concrete. 10. ASTM C150- Portland cement. 11. ASTM C260-Air-Entraining Admixtures for Concrete. 12. ASTM C3330- Light Weight Aggregate for Structural Concrete. 13. ASTM C494- Chemical Admixtures for Concrete. 14. ASTM C948- Dry and Wet Bulk Density, Water Absorption, and Apparent Porosity of Thin Section of Glass Fiber Reinforced Concrete.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03300 - 1 SECTION – 03300 CAST-IN-PLACE CONCRETE 1.07 REGULATORY REQUIREMENTS

A. Conform to applicable building code.

1.08 TESTING

A. Submit proposed mix design of each class of concrete, along with recent (60 days old maximum) test cylinder break reports which confirm that mix exceeds specified strengths, to appointed Owner’s Representative for review prior to commencement of work. All mixes will be reviewed and mix modifications made by testing laboratory only.

B. Submit recent (60 days old maximum) test of cement and aggregates to ensure conformance with requirements stated herein.

C. Provide free access to the work and cooperate fully with appointed testing laboratory.

D. Test for air entrainment on all concrete exposed to freeze-thaw cycle.

1.09 SUBMITTALS

A. Submit product data and shop drawings for specified products under provisions of Section 01300.

B. Submit as per 01300 copies of design mixes and cylinder break certifications for each type of concrete.

C. Submit shop drawings indicating construction joints and embed locations as per Section 01300.

1.10 COORDINATION

A. Notify responsible trades, owner and owner’s representative of schedules of concrete pours so as to allow adequate time for installation of their work.

B. Obtain and set anchor bolts and other miscellaneous steel items to be cast into concrete from material supplier.

C. Coordinate size and location of mechanical equipment concrete pads with applicable trades.

1.11 DELIVERY, STORAGE AND HANDLING

A. Deliver, store and handle materials in accordance with the manufacturer’s recommendations.

B. Mix and deliver concrete to project ready-mixed in accordance with ASTM C94

C. Schedule delivery so that continuity of any pour will not be interrupted for over 15 minutes.

D. Place concrete on site within 90 minutes after proportioning at batch plant.

PART 2 - PRODUCTS

2.01 CONCRETE MATERIALS

A. Cement: ASTM C150, Normal - Type I; air entrained where exposed to the freeze-thaw cycle.

B. Aggregate: ASTM C33, clean, hard, durable, natural sand free from silt, loam or clay.

C. Coarse Aggregate: ASTM C33, hard, durable, uncoated, crushed limestone or other approved aggregate.

D. Water: Clean and not detrimental to concrete.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03300 - 2 SECTION – 03300 CAST-IN-PLACE CONCRETE 2.02 ADMIXTURES

A. Air Entrainment: ASTM C260, as made by WR Grace Products, Masters Builders, or Sika.

B. Chemical Admixtures: ASTM C494, Type A- Water reducing; Type B- retarding; Type C- accelerating; Type D water reducing and retarding; Type E- Water reducing and accelerating; Type F- water reducing, high range and retarding admixtures as made by Gifford Hill/American, Masters Builders or Sika. Add cement-dispersing agent to concrete in order to hold water-cement ratio to an absolute minimum and to maintain adequate work ability. Depending upon weather conditions at time of placing, cement-dispersing agent may be supplemented by a set-retarding or set-accelerating agent to improve control of setting (and in the case of hot weather, to minimize surface checking). Introduce admixtures in quantities and according to methods recommended by manufactures of materials approved for use. Introduce admixtures only after receiving written approval from Owner’s Representative. Present product data sheets to Owner’s Representative for review.

2.03 ACCESSORIES

A. Bonding Agent: Two component modified epoxy resin, manufactured by Euclid Chemical Co. (Euco Epoxy), Sonneborn-Contech (Sonobond), or approved equal.

B. Vapor Barrier and Moist Curing Membrane: 6-mil thick clear polyethylene film.

C. Non-shrink Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 10,000 psi in 28 days; manufactured by Master Builders, Euclid Chemical, Sonneborn-Contech, or approved equal.

2.04 CONCRETE MIX

A. Mix concrete in accordance with ASTM C94, Alternative No. 2, or ACI 304

B. Deliver concrete in accordance with ASTM C94.

C. Select proportions for normal weight concrete in accordance with ACI 301 Method 1. Mix not less than one minute after materials are in mixer.

D. Do not transport or use concrete after the following time has expired from time of initial mixing: 1. 90 minutes when ambient temperatures are below 80 degrees F. 2. 75 minutes when ambient temperatures are between 80 and 90 degrees F. 3. 60 minutes when ambient temperatures are over 90 degrees F.

Verify supplier of transit-mixed concrete has a plant of sufficient capacity, and adequate transportation facilities to assure continuous delivery at required rate. Frequency of deliveries to project site shall be such as to provide for continuous concrete placement throughout any one pour.

E. Use accelerating admixtures in cold weather and retarding admixtures in hot weather only when approved by Owner’s Representative. Use of admixtures will not relax cold weather placement requirements.

F. Add air entraining agent to concrete mix for concrete work exposed to exterior (grade beams excluded).

G. Use of calcium chloride and fly ash in strictly prohibited.

H. Refer to schedule at end of this section for required mixes.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03300 - 3 SECTION – 03300 CAST-IN-PLACE CONCRETE PART 3- EXECUTION

3.01 EXAMINATION

A. Verify anchors, seats, plates, reinforcement, and other items to be cast into concrete are accurately placed, held securely, and will not cause hardship in placing concrete.

B. Inspect masonry work used as forms. Do not proceed until masonry is completed and properly cured so as to withstand pressures of wet concrete.

C. Correct unsatisfactory work prior to placing concrete.

D. Remove rubbishes from formwork immediately prior to placing concrete.

E. Remove ice and excess water from excavations and formwork.

3.02 PREPARATION

A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. Apply bonding agent in accordance with manufacturer’s instructions.

B. At locations where new concrete is doweled to existing work, drill over-sized holes in existing concrete; insert steel, dowels, and pack solid with non-shrink grout.

C. Install vapor barrier under interior slabs on fill and under sand leveling bed if present. Lap joints minimum 12 inches and seal with special tape of same permeance as vapor barrier. Do not disturb or damage vapor barrier while placing concrete. Repair damaged vapor barrier.

3.03 PLACING CONCRETE

A. Notify Owner’s Representative and testing laboratory a minimum of 24 hours prior to commencement of concrete operations.

B. Place concrete in accordance with ACI 301 and as specified below: 1. Do not place concrete in rain, sleet, or snow. 2. Maximum height of concrete free fall is five feet. Where longer drops are necessary, use a chute, tremie or other approved conveyance to assist the concrete into place without separation. Do not place directly into any excavations (including piers) where water is standing. If the place of deposit cannot be successfully pumped dry, place through a tremie with its outlet end near the bottom of the place of deposit. 3. Regulate rate of placement so concrete remains plastic and flows into position. 4. Deposit concrete continuously until panel or section is completed. Place as near as possible to its final location; do not rehandle. 5. Place concrete in horizontal layers 18" maximum thickness. Exercise special care to prevent splashing the forms of reinforcement with concrete. Remove any hardened or partially hardened concrete, which has accumulated on the forms or reinforcement before the work proceeds. Do not place concrete on previously deposited concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the respective member or section, except allow concrete to settle 2 hours where wall or columns are to receive superimposed loads. 6. Do not place concrete, under any circumstances, except in presence of Owner’s Representative. 7. When placing concrete in masonry, exercise extreme care to prevent concrete from staining face of masonry. 8. Size and design equipment for chuting, pumping, and pneumatically conveying concrete so as to assure a practically continuous flow of concrete at the delivery end without separation of the materials. Do not use gravity-flow or aluminum chutes or conveyors for transporting

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03300 - 4 SECTION – 03300 CAST-IN-PLACE CONCRETE concrete horizontally. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. 9. Consolidation: a. Comply with requirements of ACI 309. b. Use mechanical vibrating equipment for consolidation. c. Do not use vibrators to transport concrete in forms. d. Use vibrators with sufficient speed and amplitude to consolidate effectively. e. Keep a spare vibrator on site during all concrete pours. f. Thoroughly consolidate concrete and work around reinforcement, embedded items and into corners of forms. Thoroughly consolidate layers of concrete with previous layers. 10. Construction Joints: unless otherwise shown on Drawings construct each footing, pier, column, beam, wall and slab monolithically. Each will be considered as a single unit of work. Where construction joints are absolutely unavoidable, locate joints at or near third-points of spans where approved by Owner’s Representative. Provide appropriate keys in construction joints, plums and level, whether horizontal or vertical. Place construction joints in exposed concrete work at detailed joints or rustication as approved by Owner’s Representative. 11. Expansion Joint Fillers: Place pre-molded expansion joint fillers at locations as detailed and whenever required to separate site paving from building slabs. Refer to Drawings for required joint dimensions. 12. Cold weather Placement: Do not place concrete when temperature is below 50°F and falling, unless cold weather concrete procedures are followed as specified in ACI 306. Calcium chloride shall not be used. 13. Hot Weather Placement: Exercise special care to prevent high temperature in fresh concrete during hot weather in accordance with ACI 305. Use water reducing set-retarding admixtures in such quantities as especially recommended by manufacturer to assure that concrete remains workable and lift lines will not be visible. Do not place concrete if temperature is above 90°F and rising. Provide ice in concrete placed in warm weather when concrete temperatures are questionable. 14. Bonding: Before depositing any new concrete on or against previously deposited concrete which has partially or entirely set, thoroughly roughen and clean the surfaces of the latter of all foreign matter, scum, and laitance. Retighten forms and re-coat the surface of the previously deposited concrete with specified bonding agent per manufacturer’s directions.

C. Ensure reinforcement, inserts, embedded parts, and formed joints are not disturbed during concrete placement.

D. Unless noted otherwise on the Drawings, maintain concrete cover around reinforcing as follows:

ITEM COVERAGE

Beams 2" Supported Slabs and Joints 1½” Column Vertical 2"(1" at ties) Walls-Exposed to Weather/Backfill 2" Footings, Beams and Girders Exposed to Earth 3" Slabs on Fill 2" (from top of slab)

E. Place concrete continuously between predetermined construction and control joints. Do not break or interrupt successive pours such that cold joints occur.

F. Place floor slabs on fill in checkerboard pattern. Pattern to be determined by Contractor and approved by Owner’s Project Representative. END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03300 - 5

SECTION 03600 GROUT & CONCRETE REPAIR

PART 1 - GENERAL

1.01 SCOPE OF WORK

A. The Contractor shall provide all parts, materials, labor and incidentals to remove all loose grout, chipped or spalled concrete from inside the well and repair with non shrink grout per manufacturer’s recommendations.

B. All parts, materials, labor, equipment, testing, and incidentals to complete the work of this section shall be included in the Base Bid. Payment shall be made at the unit price for all repairs required by this work.

1.02 RELATED SECTIONS – NOT APPLICABLE

1.03 REFERENCES:

A. ASTM C33 - Concrete Aggregates.

B. ASTM C109 - Compressive Strength of Hydraulic Cement mortars.

C. ASTM C230 - Flow Table for Use in Tests of Hydraulic Cement.

D. ASTM C1107 - Packaged Dry, Hydraulic-Cement Grout (Non-shrink).

E. CRD - C611 - Method of Test for Flow of Grout Mixtures (Flow-Cone Method).

F. CRD - C621 - Corps. of Engineers Specification for Non-Shrink Grout.

1.04 SUBMITTALS:

A. The Contractor shall submit the following items as per Section 01300.

1. Product Data: Manufacturers product data sheets and MSDS sheets.

2. Manufacturer's certification or certified laboratory test reports confirming that materials meet specification requirements.

3. Installation instructions.

1.05 DELIVERY, STORAGE AND HANDLING:

A. Deliver non-shrink grout to project site in unopened containers with manufacturer's labels intact.

B. Store non-shrink grout material in dry shelter and protect grout from moisture, and freezing.

C. Containers that are torn or damaged such that non-shrink grout material has been exposed to elements shall not be used on this project.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03600 - 1 SECTION 03600 GROUT & CONCRETE REPAIR

PART 2 - PRODUCTS

2.01 MANUFACTURERS:

A. Products of the following manufacturers are acceptable subject to meeting specification requirements:

1. Cormix Construction Chemicals (Gifford-Hill). 2. Dayton Superior Corp. 3. Euclid Chemical Co. 4. Five Star Products, Inc. 5. L&M Construction Chemicals. 6. Master Builders. 7. Sika Chemical Co. 8. Symons.

B. Concrete: All concrete for foundation repair work shall have a compressive strength of 4000 PSI after 28 days.

2.02 NON-SHRINK GROUT:

A. Qualities: Pre-mixed non-metallic non-shrink grout material manufactured under rigid quality control, especially for use in transferring heavy loads.

1. Non-metallic natural aggregate, non-staining, shrinkage resistant and non-corrosive. 2. Resist attack by oil and water. 3. Minimum initial setting time of approximately one hour at 70 F. 4. Minimum compressive strength of 7000 psi at 28 days when placed at a fluid consistency. 5. Free of gas-producing or gas-releasing agents. 6. Not greater than 0.04 expansion at 3, 14 and 28 days. Expansion at 28 days not less than expansion at 3 and 14 days.

B. Standards:

1. Overall Product: ASTM C1107 or CRD - C621, except that compressive strength shall be as specified above. 2. Compressive Strength: ASTM C109, 2 in. cubes. 3. Bleed Performance: CRD - C611. 4. Flow Factor: ASTM C230.

2.03 RELATED MATERIALS

A. Water: Potable.

B. Pea Gravel: Clean pea gravel, ASTM C33, coarse aggregate graded so that at least 90 percent passes a d -inch sieve and 90 percent is retained by a No. 4 sieve.

C. Membrane-Forming Curing Compound or Moisture Retaining Cover: As specified in Section 03370 and in strict compliance with manufacturer's recommendation.

2.04 MIXING

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03600 - 2 SECTION 03600 GROUT & CONCRETE REPAIR

A. Mix materials in accordance with manufacturer's instructions.

B. Mix as close to area to be grouted as possible. Provide adequate means to transport mixed grout as quickly as possible and in manner to prevent segregation.

C. No more grout shall be mixed at one time than can be placed in a period of 15 minutes. After grout has been mixed, do not re-temper by adding additional water.

D. For less than a 4-inch clearance or where size or shape of space makes grouting difficult, grout mix shall consist of grout material and water.

E. For greater than 4-inch clearances where coarse aggregate will not obstruct free passage of grout, grout may be extended by adding clean pea gravel as allowed or recommended by the grout manufacturer. Follow manufacturer's recommendation for maximum amount of pea gravel that may be added to mixture.

F. Use minimum amount of water necessary to produce a flowable grout without causing either segregation or bleeding.

PART 3 - EXECUTION

3.01 PROCEDURES

Installation methods and procedures shall conform to the printed instructions of the grout manufacturer and these specifications. Where there is a conflict between these specifications and the printed instructions of the grout manufacturer, the printed instructions of the grout manufacturer shall take precedence.

3.02 PREPARATION

A. Remove defective masonry, concrete, latence, dirt, oil, grease and other foreign material from surfaces by bush-hammering, chipping or other similar means until a surface Ph of at least 7 and no visible evidence of corroded concrete is detected.

B. No repairs are necessary if the surface profile is less than 6mm (1/4”).

C. Remove foreign materials from surfaces in contact with grout.

D. To facilitate faster cure times, high strength polymer cement or epoxy mortar must be used.

E. Provide relief holes to avoid trapping air beneath base plate.

F. Take special pre-cautions during extreme weather conditions according to the manufacturer's written instructions.

G. Saturate concrete surfaces with clean water for period of time specified by manufacturer. Remove excess water just prior to grouting.

H. Immediately prior to grouting, clean surfaces free of contaminates.

3.03 GROUT PLACEMENT

A. Place grout in accordance with manufacturer's instructions and in accordance with these specifications.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03600 - 3 SECTION 03600 GROUT & CONCRETE REPAIR

B. Place non-shrink grouting material quickly and continuously by most practical means permissible; pouring, pumping or under gravity pressure. Do not use either pneumatic-pressure or dry packing methods without written permission of Engineer.

C. When practical, apply grout from one side only to avoid entrapping air.

D. Final installation shall be thoroughly compacted and free from air pockets. To facilitate placement, a 2 - to 1-inch chain or metal strap may be pulled back and forth under the location during grouting. Remove chain or strap before initial set take place.

E. Do not vibrate placed grout mixture or allow it to be placed if area is being vibrated by nearby equipment, except when approved by grout manufacturer.

F. Do not remove leveling shims for at least 48 hours after grout has been placed. After shims have been removed, fill voids with non-shrink grout.

3.04 CURING

A. Cure grout per manufacturer's recommendations.

B. Provide heated enclosure when temperature of ambient air or of concrete or steel plate is at or expected to fall below material data sheet recommendations.

3.05 EPOXY CRACK INJECTION

A. Where removal of existing coatings exposes areas with leakage, apply injectable epoxy at the rates recommended by manufacturer. If injection does not result in a dry concrete surface, immediately notify the Engineer.

3.06 CONCRETE FOUNDATION REPAIR

Chip away all unsound concrete material to sound solid material. Brush blast concrete, and apply bonding agent. Build up surface to its original contour using concrete patching mortar. Apply concrete sealer.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 03600 - 4 SECTION 09900 PAINTING

PART 1 - GENERAL

1.01 SCOPE

A. The Contractor shall prepare and coat (line) the interior concrete surfaces of the wetwell & valve vault per the plans. The applicator shall provide methods, procedures, materials and equipment as required to produce “A Total System for this wastewater wetwell structure. The completed system will provide a corrosion resistant liner that restores walls to original surface levels and eliminates water infiltration and exfiltration. This includes but is not limited to interior wetwell piping.

B. The contractor shall also prepare and paint all DI piping in the valve vault and the exposed vent piping on the vault and lift station roof, paint exposed piping and valves in the valve vault and above grade exposed piping

C. All stainless steel piping covers, brackets, fasteners, aluminum handrails, and grating shall not be painted, and they shall be protected from over spray spills, and splatters at all time during paint application.

D. Any items that should not to be painted by the Contractor, that are painted by the Contractor, or become stained by over spray, spills or splatters, shall be cleaned by the Contractor to the satisfaction of the Engineer, or replaced at the Contractors expense. This includes items that are not part of the basin and any items on adjacent and surrounding properties.

1.02 RELATED WORK

A. Not Applicable

1.03 REFERENCES

A. ASTM D4541 - Adhesion B. ASTM D7234 - Adhesion B. ASTM D412 - Tensile Strength (PSI) C. ASTM D412 - Elongation (%) D. ASTM D624 - Tear Strength (PLI) E. ASTM D2240 - Hardness F. ASTM D522 - Flexibility (1/8” mandrel) G. ASTM D4060 - Taber Abrasion (mg loss) H. CIGMAT Evaluation (UH 96-7) of Spectrashield Liner System for Wastewater Concrete and Clay Brick Facilities. University of Houston Department of Civil Engineering: December 1996.

1.04 QUALITY ASSURANCE

A. The manufacturer and/or applicator of the total liner system of wetwells shall be a company that specializes in the design, manufacture or installation of corrosion protection systems for wetwells. Applicator shall be completely trained in leak repair, surface preparation and corrosion materials application on wetwells. Corrosion materials/products shall be suitable for installation in a severe hydrogen sulfide environment without any deterioration to the liner.

B. The applicator shall be trained and certified by the manufacturer for the handling, mixing, application and inspection of the liner system as described herein.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 09900- 1 SECTION – 09900 PAINTING

C. To ensure total unit responsibility, all materials and installation thereof shall be furnished and coordinated by Manufacturer/Certified Applicator.

D. Certified Applicator must have successfully installed 1,000 vertical feet of Spectrashield in the last three (3) years. A documented installation history must be supplied to include; Owner Name, Contact Information, Project Description, Volume of Product Installed and Contract Duration.

1.05 SUBMITTALS

A. All materials and procedures required to establish compliance with the specifications shall be submitted to the owner/engineer for review/approval. Submittals shall include at least the following:

1. Technical Data Sheet on each product used. 2. Material Safety Data Sheet (MSDS) for each product used. 3. ASTM References. 4. CIGMAT Evaluation. 5. Manufacturer’s Certification of Applicator 6. Certified Applicator Minimum Qualifications (Section 1.04 D) 7. Descriptive literature, bulletins and or catalogs of materials. 8. Work procedures including flow diversion plan, method of repair, etc. 9. Material and method for repair of leaks or cracks in the structure 10. Statement of 10 Year Warranty

1.06 SAFETY, HEALTH AND REGULATORY REQUIREMENTS

A. General: In accordance with requirements set forth by federal, state and local regulatory agencies and codes applicable to the construction industry and manufacturer's printed instructions and appropriate technical bulletins and manuals, the Contractor shall provide and require use of personal protective lifesaving equipment for persons working on or about the project site or in confined spaces.

B. Head and Face Protection and Respiratory Devices: Equipment shall include protective helmets which shall be worn by all persons while in the vicinity of the work. In addition, workers engaged in or near the work during surface preparation shall wear eye and face protection devices and air purifying, half mask or mouthpiece respirators with appropriate filters. Barrier creams shall be used on any exposed areas of skin.

C. Ventilation: When personnel are in the basin, mechanical ventilation shall be used to control hazardous exposures such as dust in air, paint spray in air, when there is no flow by convection or as deemed necessary by the Engineer, or the Engineer's Representative. All equipment shall be explosion- proof. Ventilation shall reduce the concentration of air contaminants to the degree that a hazard does not exist. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured.

D. Sound Levels: Whenever the occupational noise exposure exceeds maximum allowable sound levels, the Contractor shall provide and require the use of approved ear protective devices.

E. Illumination: Adequate illumination shall be provided while work is in progress, including explosion- proof lights and electrical equipment. Whenever required by the, Engineer, or the Engineer's Representative the Contractor shall provide additional illumination and necessary supports to cover all areas to be observed. The minimum level of illumination for observation purposes shall be equal to that required by a trained person to identify a white blasted surface, from a distance of 4'.

F. Temporary Ladders and Scaffolding: All temporary ladders and scaffolding shall confirm to applicable federal, state and local safety requirements including but not limited to OSHA. They shall be erected by the Contractor where requested to facilitate observation and be moved by the Contractor to locations requested by the Engineer, or the Engineer's Representative. Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 09900- 2 SECTION – 09900 PAINTING

G. The Engineer, Owner, and\or their respective Representatives assume no responsibility for the effectiveness or ineffectiveness of the Contractors containment plan, work in general, or restitutions that may result from damage caused by paint dust, media, the improper disposal of contaminated material, or improper procedures used by the Contractor or anyone working in his behalf.

H. Approval of an abatement plan by the Engineer shall not relieve the Contractor of his liability and responsibly for the complete cleaning, repair, replacement or other restitutions as a result of contamination or other misapplication or improper procedures by the Contractor, or any persons working on his behalf directly or indirectly.

I. The Contractor shall be responsible for all damages injuries deaths or other misfortunes that result either directly or indirectly from work on this project performed by the Contractor, or any persons working directly or indirectly on the Contractor's behalf on this project. This includes but is not limited to: all repairs, replacements, medical payments, civil penalties, legal costs, and other restitutions that may result.

1.07 PROTECTION OF SURROUNDING AREAS AND EQUIPMENT

A. The Contractor shall take all necessary precautions, provide and utilize all necessary equipment, to protect all adjacent and surrounding property from over spray, splashes, dust, blasting abrasives and spills. This shall include but not be limited to: full containment shrouding, protective coverings, drop cloths, canvases, masking, enclosures or other suitable methods.

B. Use of dehumidification equipment will be permitted for application of new coatings.

PART 2 - MATERIALS

2.01 ACCEPTABLE MANUFACTURERS

MATERIALS AND EQUIPMENT

A. The materials to be utilized in the lining of wetwell shall be designed and manufactured to withstand the severe effects of hydrogen sulfide in a wastewater environment. Manufacturer of corrosion protection products shall have long proven experience in the production of the lining products utilized and shall have satisfactory installation record.

B. Equipment for installation of lining materials shall be high quality grade and be as recommended by the manufacturer.

C. The lining system to be utilized for concrete structures shall be a multi-component stress skin panel liner system as described below:

1. Liner.

Installation Liner Moisture barrier Modified Polymer Surfacer Polyurethane/Polymeric blend foam Final corrosion barrier Modified polymer

2. Modified polymer shall be sprayable, solvent free, two-component polymeric, moisture/chemical barrier specifically developed for the corrosive wastewater environment.

3. Polyurethane Rigid Structure Foam, low viscosity two-component, containing flame retardants.

4. Total thickness of multi-component liner system shall be at least a minimum of 125 mils. Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 09900- 3 SECTION – 09900 PAINTING

D. Product shall be SPECTRASHIELD, by CCI Spectrum, Inc. or Engineer Pre-Approved Equal.

E. Ductile Iron Piping and Valves

Surface Preparation: a. Prepare all pipe per NAPF-500-03-04 & fittings per NAPF-500-03-05.

Coating System: TNEMEC a. Exterior Exposed Pipe Exterior: Primer: Tnemec Series 1 Omnithane applied at 2.5 to 3.5 dry mils Intermediate: Tnemec Series N69 Hi-Build Epoxoline II applied at 6.0 to 8.0 dry mils Top Coat: Tnemec Series 290 CRU applied at 2.0 to 3.0 dry mils

b. Interior Submerged, Partially Submerged & Below Grade (Pipe Interior and Exterior): One Coat: Tnemec Series 431 Perma-Shield PL applied at 40.0 mils nominal thickness.

Coating System: Sherwin Williams

1st Coat : Sherwin Williams Macropoxy 646 PW Epoxy at 4.0-5.0 dry mils. Thin only with approve thinner.

2nd Coat : Sherwin Williams Hi Solids Polyurethane, (Color to be selected by Owner) applied at 4.0 to 5.0 dry mils. Thin only with approved thinner.

Total dry film thickness shall be a minimum of 9.0 mils per SSPC-PA 2 dry film inspection standards, with exception as noted in this specification

PART 3 -EXECUTION

3.01 INSPECTION

A. Applicator shall take appropriate action to comply with all local, state and federal regulation including those set forth by OSHA, EPA, the Owner and any other applicable authorities.

B. Prior to conducting any work, perform inspection of structure to determine need for protection against hazardous gases or oxygen depleted atmosphere and the need for flow control or flow diversion.

C. Submit plan for flow control or bypass to owner/engineer for approval prior to conducting the work.

D. New Portland cement structures shall have endured a minimum of 28 days since manufacture prior to commencing installation of the liner system.

3.02 SURFACE PREPARATION

A. Conduct surface preparation program to include monitoring of atmosphere for hydrogen sulfide, methane, low oxygen or other gases, approved flow control equipment, and surface preparation equipment.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 09900- 4 SECTION – 09900 PAINTING

B. Surface preparation methods may include high pressure water cleaning, hydro blasting, abrasive blasting, grinding, detergent water cleaning and shall be suited to provide a surface compatible for installation of the liner system.

C. Surface preparation method shall produce a cleaned, abraded and sound surface with no evidence of laitance, loose concrete, brick or mortar, contaminants or debris, and shall display a surface profile suitable for application of liner system.

D. After completion of surface preparation, perform the seven point check list, which is the inspection for: 1. Leaks 5. Ring and Cover condition 2. Cracks 6. Invert Condition 3. Holes 7. Inlet and Outlet Pipe Condition 4. Exposed Rebar

E. After the defects in the structure are identified, repair all leaks with a chemical or hydraulic sealant designed for use in field sealing of ground water. Severe cracks shall be “repaired with a urethane based chemical” sealant. Product to be utilized shall be as approved by owner/engineer prior to installation. Repairs to exposed rebar, defective pipe penetrations or inverts, etc. shall be repaired utilizing non- shrink grout or approved alternative method.

3.03 MATERIAL INSTALLATION

A. Application procedures shall conform to recommendations of the manufacturer, including materials handling, mixing, environmental controls during application, safety and spray equipment.

B. Spray equipment shall be specifically designed to a accurately ration and apply the liner system.

C. Application of multi-component liner system shall be in strict accordance with manufacturer’s recommendation. Final installation shall be a minimum of 500 mils. A permanent identification and date of work performed shall be affixed to the structure in a readily visible location.

D. Provide final written report to owner/engineer detailing the location, date of report, and description of repair.

3.04 FINAL INSPECTION

A. Final liner system shall be completely free of pinholes or voids. Liner thickness shall be the minimum value as described herein. B. Visual inspection shall be made by the Owner/Engineer. Any deficiencies in the finished liner system shall be marked and repaired according to the procedures set forth by Manufacturer. 1.05 10-YEAR LIMITED WARRANTY

CCI Spectrum, Inc. (Manufacturer) and Applicator warrant the SPECTRASHIELD liner against failure for a period of 10 years. “Failure” will be deemed to have occurred if the protective lining fails to (a) prevent the internal deterioration or corrosion of the structure (b) protect the substrate and environment from contamination by effluent or (c) prevent groundwater infiltration. If any such failure occurs within 10 years of initial completion of work on a structure, the damage will be repaired to restore the lining at no cost to the Owner within 60 days after written notification of the failure. “Failure” does not include damage resulting from mechanical or chemical abuse or act of God. Mechanical or chemical abuse means exposing the lined surfaces of the structure to any mechanical force or chemical substance not customarily present or used in connection with structures of the type involved. There are no warranties express or implied other than those specifically stated in this section 3.05. Any liability for consequential and incidental damages is expressly disclaimed. Liability is limited to and shall not exceed the purchase price paid.

END OF SECTION Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 09900- 5 SECTION 11212 SUBMERSIBLE PUMP

PART 1. GENERAL

1.01 This specification includes the supply of 2 submersible solids-handling pumping unit(s), UL Listed for explosion proof Class I, Division 1, Groups C and D hazardous locations. The pumps shall connect to the discharge piping when lowered into place.

1.02 QUALITY ASSURANCE A. All pumping equipment furnished under this Section shall be of a design and manufacture that has been used in similar applications, and it shall be demonstrated to the satisfaction of the Owner that the quality is equal to equipment made by that manufacturer specifically named herein. B. Unit responsibility: Pump(s), complete with motor control panel, guide rails, chains, accessories and appurtenances, shall be furnished by the pump manufacturer to insure compatibility and integrity of the individual components, and provide the specified warranty for all components. C. The pull-up submersible solids-handling pump(s) and motor(s) specified in this section shall be furnished by and be the product of one manufacturer. D. Pumps are to be engineered and manufactured under a written Quality Assurance program. The Quality Assurance program is to be in effect for at least ten years, to include a written record of periodic internal and external audits to confirm compliance with such program. E. Pump(s) are to be engineered and manufactured under the certification of ISO-9001:2000.

1.03 PERFORMANCE A. The pump(s) shall be designed for continuous operation and will be operated continuously under normal service. B. OPERATION CRITERIA:

Number of Pumps 2 Pump Type VORTEX Primary Duty Point 500gpm @ 42’ Secondary Duty Point 800gpm @ 20’ Tertiary Duty Point 80gpm @ 80’ Minimum Shutoff Head 84’ Minimum Runout Head 20’ Minimum Efficiency 55% Maximum RPM 1750 Maximum Pump Discharge Size 3” Base Elbow Size 3’ x 4’ Solids Passage 3” Horsepower (non-overloading) 7.5HP Volts 240V Phase Single phase Hertz 60Hz

C. Liquid to be pumped is domestic wastewater with a maximum temperature of 104 deg. F.

PART 2, PRODUCTS

2.01 ACCEPTABLE MANUFACTURERS

A. PUMPS 1. KSB Pumps by Pump Solutions 2. Engineer Pre-Approved equal

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 11212-1 SECTION 11212 SUBMERSIBLE PUMP

B. Manufacturer shall have installations of like or similar application with a minimum of 5 years service for this pump size.

C. The pump manufacturer shall warrant the pump and motor to the Owner against defects in workmanship and materials for a period of seven (7) years under normal use and service. The pump manufacturer shall warrant the guide cable/guide rail system (including guide rails, cables and brackets) to the Owner against defects in workmanship and materials for a period of ten (10) years under normal use and service. Both pump manufacturer warranties shall be in published form, and shall apply to all similar units. A copy of each warranty shall be provided to the Owner at startup.

D. Design 1. PUMP CONSTUCTION a. Provide pumps capable of handling raw unscreened wastewater. Design pumps to allow for removal and reinstallation without the need to enter the wet well and without removal of bolts, nuts or other fasteners. Provide a pump which connects to a permanently mounted discharge connection by simple downward motion, without rotation, guided by at least two non-load-bearing guides. All guide system components, including cable or pipe guides, shall be supplied and warranted by the pump manufacturer. Pump guides (cable or pipe) shall be fastened to the discharge elbow to prevent dislodging when subjected to upward force. Guides shall be suitable for proper operation when installed at up to 5-degree misalignment from vertical. Intermediate guide supports (between upper bracket and discharge elbow connections) shall not be required or used. Final connection shall insure zero leakage between pump and discharge connection flange. Provide a discharge connection/ guide system so that no part of the pump bears directly on the floor of the wet well. b. Provide Type 316 stainless steel chain of sufficient length to properly and safely lift pumps from the wet well. All exposed cast iron and ferrous surfaces shall be cleaned of dirt and grease, sandblasted to near white finish, and coated with an anti-corrosion reaction primer. The pump shall then be coated with two-component thick coat paint, with an epoxy resin base, having at minimum 83% solids by volume. This coating shall be non-toxic and approved for both wastewater and water applications

2. MAJOR COMPONENTS a. Furnish major components (pump case, impeller, intermediate housing, motor housing) of cast material as specified with smooth surfaces devoid of blow holes and other irregularities. Pump case design shall incorporate a centerline discharge for stability when mounted on the base elbow.

b. Major pump components shall be of gray cast iron, Class 35B, with smooth surfaces devoid of blow holes and other irregularities. Where water-tight sealing is required, "O"-rings made of nitrile rubber shall be used. All exposed nuts and bolts shall be of AISI Type 304 stainless steel construction. All surfaces coming into contact with sewage, other than stainless steel or brass, shall be protected by an approved sewage resistant coating. Pump exterior shall a finish of a two part Epoxy coating.

3. PUMP CASE a. The volute shall be of a single piece, non-concentric design, and shall have smooth fluid passages large enough at all points to pass any size solids which can pass through the impeller.

4. IMPELLER a. The impeller(s) shall be of gray cast iron, Class 35B, dynamically balanced, semi- open, non-clogging design capable of handling soils, fibrous materials, heavy sludge and other matter found in wastewater. The impeller(s) shall have a back shroud only Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 11212-2 SECTION 11212 SUBMERSIBLE PUMP

with back pump-out vanes to equalize axial thrust, and curved blades which protrude into the pump casing for maximum efficiency. The impeller will create a vortex which carries solids through the pump casing without passing through the blades. Impeller(s) shall be capable of passing a minimum 3” diameter solid.

5. SHAFT Provide common pump/motor shaft of sufficient size to transmit full driver output with a maximum deflection of 0.002 inches measured at the lower mechanical seal. Machine the shaft of carbon steel (for maximum strength and motor efficiency) and isolate the shaft from the pumped media with a replaceable Type 420 stainless steel shaft sleeve under the lower mechanical seal. Do not use carbon steel as shaft material without a stainless steel sleeve. If a sleeve is not used, machine the entire pump/motor shaft of ASTM A276 Type 420 stainless steel.

6. SHAFT SEAL Provide two totally independent mechanical shaft seals silicon carbide vs. silicon carbide, installed in tandem, each with its own independent single spring system acting in a common direction. Install the upper seal in an oil-filled chamber with drain and inspection plug (with positive anti-leak seal) for easy access from external to the pump. Provide seals requiring neither routine maintenance nor adjustment, but capable of being easily inspected and replaced. Provide seals which are non-proprietary in design, with replacements available from a source other than the pump manufacturer or its distributors. Do not provide seals with the following characteristics: conventional double mechanical seals with single or multiple springs acting in opposed direction; cartridge- type mechanical seals; seals incorporating coolant circulating impellers, seals with face materials other than those specified

7. BEARINGS Furnish upper and lower bearings, single row (preferred) or double row as needed to provide a B10 life of, at minimum, 100,000 hours at all anticipated axial and radial loadings. Provide sealed/shielded (permanently lubricated) bearings .If open-type (non- shielded) bearings are used, provide re-lubrication ports with positive anti-leak plugs for periodic addition of lubrication from external to the pump

8. MOTOR a. Provide a motor which is squirrel cage, induction in design, housed in a completely watertight and air filled chamber, with a min 1.15 service factor. The motor shall be adequately sized and rated for continuous operation at a maximum fluid temperature of 104º F (40º C) [optional: 140ºF (60º C)]. Allowable maximum submergence shall not be less than 100ft (30 m). The motor stator shall be wound using Class H monomer-free polyester resin insulation resulting in an overall motor rating of 311 Degrees F (155 degrees C), Class F insulation. The stator windings shall be trickle impregnated resulting in a winding fill factor of at least 95%. The use of a multiple step “dip and bake” type stator insulation method shall not be acceptable. The rotor bars and short circuit rings shall be made of aluminum. The motor and pump set complete shall be designed and manufactured by the same company. Provide temperature protection and seal leak detection as described in section above. Provide adequately rated motor with sufficient surface area for ambient only cooling suited for the intermittent mode of operation in wet well wastewater applications, submerged or partially submerged, without damage. Motors containing di-electric oils used for motor cooling and/or bearing lubrication or motors where the pumped media or externally provided fresh water is directed through the motor shell for cooling are not acceptable.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 11212-3 SECTION 11212 SUBMERSIBLE PUMP

b. Provide motors which are FM listed for use in Class I Division 1 Groups C&D hazardous locations as defined by the National Electrical Code (NEC).

9. INSULATION a. Insulation in the motor stator with must be Class H, utilized to Class F temperature rating (311°F) meaning the H insulation will not see the H temperature rating of 356°F thus prolonging our insulation life even further. Other manufactures touting Class H insulation allow the motor stator temperature to rise up to the maximum insulation temperature rating which can introduce additional heat to the pump (bearings, mechanical seals, etc.) resulting in possible premature pump failure.

10. MATERIALS Pump Case: Cast Iron, ASTM A48, Class 35B Motor Housing: Cast Iron, ASTM A48, Class 35B Impeller: Cast Iron, ASTM A48, Class 35B Intermediate Housing (Backplate): Cast Iron, ASTM A48, Class 35B Discharge Base Elbow: Cast Iron, ASTM A48, Class 35B Pump/Motor Shaft: Carbon Steel, ASTM A576, Gr.1045 with replaceable ASTM A276 Type 420 shaft protection sleeve. (NOTE: If sleeve is not supplied, entire shaft is to be ASTM A276 Type 420 stainless steel) Shaft Sleeve (if used): Stainless Steel, ASTM A276 Type 420 Wear Ring, case: Cast Iron, ASTM A48, minimum 200 Brinell Wear Ring, impeller (enclosed impellers only): Stainless Steel, AISI329, 350 Brinnel O-Rings: Nitrile Rubber (NBR) Fasteners (including impeller fastener): Stainless Steel, ASTM A276 Type 316Ti. Lower Seal Faces: Silicon Carbide/Silicon Carbide Upper Seal Faces: Silicon Carbide stationary/Carbon rotating Guide rails/cables and mounting brackets: Stainless Steel, ASTM A276 Type 316 Lifting Chain or cable: Stainless Steel, ASTM A276 Type 316 Oil-all uses (seal lubrication, etc): Ecologically safe, parifin or mineral base Power/Control Cable Jacket: Chloroprene with non-wicking fillers

PART 3 - ACCESSORIES

1. POWER CABLE a. Provide 50ft of power/control cable with each pump, suitable for submersible wastewater application, sized in accordance with NEC requirements. Provide cable terminal box on side of motor housing, with cable entry sealed to insure that no entry of moisture is possible into the high-voltage motor/ terminal area even if the cable is damaged or severed below water level. Cable seal shall include a compressed rubber grommet to seal the cable exterior and epoxy fill to seal the interior passages. A strain relief device, in direct contact with both the cable and the cast iron entry housing, shall be provided. The cable entry shall be rated by Factory Mutual (or UL) for submerged operating depths to 85 feet.

2. TEMPERATURE PROTECTION Furnish temperature monitoring devices in motor windings for use in conjunction with and supplemental to external motor overload protection. Arrange controls to shut down pump should any of the monitors detect high temperature and automatically reset once motor temperature returns to normal. Set temperature monitors at levels recommended by pump manufacturer

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 11212-4 SECTION 11212 SUBMERSIBLE PUMP

3. SEAL LEAK DETECTION Provide a detector in the motor's stator cavity, which allows a control panel mounted relay to indicate leakage into the motor. In addition, on motors 80HP and larger provide a stainless steel float switch in a separate leakage collection chamber to indicate leakage past the inner mechanical seal prior to its entrance into either the motor stator cavity or the lower bearing. Electronic probes which depend on sensing resistance value changes in seal oil will not be acceptable as seal leak indicators.

4. MOTOR SENSOR MONITORING RELAY The pump supplier shall furnish “KSB PumpSafe” and all relays required for monitoring all motor sensors. The relays shall be installed by others in the motor control panel and properly wired in accordance with pump manufacturer’s instructions. Relays shall mount in standard 12-pin socket bases (provided) and shall operate on available control voltage of 24-240 VAC. If relays require an input voltage that is not available in the motor control panel an adequate transformer (with fused input) shall be provided by the pump supplier. Relays shall have a power consumption of no more than 2.8 watt, and shall be UL approved. Relays shall be modular in design, with each relay monitoring no more than two motor sensor functions.

5. Each relay module shall include a dual color (red/green) LED to indicate the status of each monitored sensor. Green will indicate “status OK”; red will indicate a failure or alarm condition. A self-corrected fault will allow the relay output contacts to reset, and cause the LED to change from a steady alarm indication to a flashing signal. The LED shall continue to flash until locally cleared, providing the operator an indication of a potential intermittent fault. Each relay shall also include a power-on LED and both “test” and “reset” pushbuttons.

6. An independent fail-safe (switch on power loss) form-C output contact shall be included for each monitored sensor to provide a normally-open / normally-closed dry contact to initiate a remote alarm device or shut down the motor. Contacts shall be rated for 5 amps at 120 volt.

7. WEIGHT The thickness of the pump casing must keep the overall pump weight from rising above 5% of 383lbs.

8. CONTROL PANEL a. The Contractor shall furnish and install one (1) Duplex Control Panel for (2) KSB Pumps, for 240 volts, single phase, 60 Hertz power supply.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Installation of equipment shall be performed by Contractor who shall be required to assemble the equipment and install it in accordance with Installation, Operation and Maintenance instructions which shall be furnished by the Vendor or Manufacturer, the installation drawings for this project and applicable Installation Instructions of the Hydraulic Institute Standards.

B. The Contractor shall schedule the service of the Manufacturer to assist in the assembly, installation, lubrication, adjustment, and acceptance test of the equipment.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 11212-5 SECTION 11212 SUBMERSIBLE PUMP

3.02 FIELD QUALITY CONTROL

A. The manufacturer’s representative shall inspect and determine that the pumps have been installed to the pump manufacturer’s recommendation.

B. The pump and motor representatives shall each submit a written Equipment Installation Report certifying the equipment is properly installed, lubricated, is inaccurate alignment has vibrations within limits prescribed above, is free from undue stress from connecting appurtenances, that it has been operated under full load conditions and that it is operating satisfactorily.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 11212-6

SECTION 15057 DUCTILE IRON PIPE AND FITTINGS

PART 1 – GENERAL

1.01 REQUIREMENT

It is required that the contractor shall furnish, unload and string along the trench site, all pipe and material as hereinafter described in these specifications. All fabrication, workmanship, material, and testing of pipe shall conform to the latest revision of the specifications.

1.02 DELIVERY

A. Transport, deliver, unload, store and handle all materials in a manner to prevent damage to the materials or the work.

B. All damaged, broken or otherwise defective materials will be rejected.

C. Store all circular rubber gaskets and special lubricants in packaged materials with the manufacturer's name, brand and all other applicable data plainly marked thereon.

1.03 QUALITY ASSURANCE

A. American Water Works Association (AWWA). 1. Ductile iron pipe centrifugally cast in metal molds or sand-lined molds for water or other liquids ANSI A21.51 (AWWA C151). 2. Cement mortar lining for ductile iron and gray iron pipe and fittings for water ANSI A21.4 (AWWA C104). 3. Rubber gasket joints for ductile iron and gray iron pressure pipe and fittings (ANSI A21.11 (AWWA C111). 4. Standard for disinfecting water mains ANSI/AWWA C601. 5. Installation of gray and ductile cast iron water mains and appurtenances ANSI/AWWA C600. 6. Thickness design of ductile iron pipe ANSI A21.50 (AWWA C150).

PART 2 - PRODUCT

2.01 TYPE OF PIPE

Ductile iron pipe shall conform to ANSI A21.51 (AWWA C151) class to thickness designed per ANSI 21.50 (AWWA C150), Tar (Seal) coated and cement mortar lined per ANSI A21.4 (AWWA C104) unless otherwise specified, with bolted mechanical joints or push-on joints as indicated on the plans or special provisions.

2.02 CLASS OF PIPE

Ductile iron pipe shall be Class 150 unless otherwise noted.

2.03 TYPE OF FITTINGS

Fittings shall be gray or ductile iron and shall conform to ANSI A21.10 (AWWA C110) or A21.53 (AWWA C153), and ANSI A21.11 (AWWA C111). Fittings shall be restrained mechanical joints unless otherwise indicated on the plans, bid items, or the special provisions. Fittings shall be tar (seal) coated and cement mortar lined per ANSI A21.4 (AWWA C104). Above grade fittings shall be flanged.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15057 - 1 SECTION 15057 DUCTILE IRON AND WATER FITTINGS

2.04 POLYETHYLENE ENCASEMENT

A. All ductile or gray iron pipe and fittings shall be polyethylene encased at the time of installation. Polyethylene encasement and installation shall be in accordance with ANSI/AWWA C105.

B. Cast iron, or water pipe, shall be designed to meet an internal pressure of 150 psi, external cover of 5 feet.

2.05 RESTRAINED SYSTEM

Approval by the pipe manufacturer’s restrained system that the contractor intends to use must be included as part of the material submittal to the Engineer.

PART 3 - EXECUTION

3.01 INSTALLATION

Ductile iron pipe shall be installed in accordance with ANSI/AWWA C600.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15057 - 2

15061 STEEL PIPE AND FITTINGS

PART 1 GENERAL

1.01 DESCRIPTION

A. This section specifies steel pipe and fittings.

1.02 QUALITY ASSURANCE

A. REFERENCES: This section contains references to the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail.

ANSI/ASME B16.3 - 85 Malleable Iron Threaded Fittings, Class 150 and 300. ANSI/ASME B16.9 - 86 Factory - Made Wrought Steel Buttwelding Fittings. ANSI/ASME B16.11 - 91 Forged Steel Fittings, Socket - Welding and Threaded. ASTM A36 / A36M - 91 Structural Steel. ASTM A47 - 90 Ferritic Malleable Iron Castings. ASTM A53 - 90a Pipe, Steel, Black and Hot - Dipped, Zinc - Coated Welded and Seamless. ASTM A105 / A105M - 92 Forgings, Carbon Steel, for Piping Components. ASTM A106 - 91 Seamless Carbon Steel Pipe for High - Temperature Service. ASTM A570 / A570M - 88 Hot - Rolled Carbon Steel Sheet and Strip, Structural Quality. AWWA C200 - 91 Steel Water Pipe 6 Inches and Larger. AWWA C206 - 91 Field Welding of Steel Water Pipe. AWWA C207 - 86 Steel Pipe Flanges for Waterworks Services-- Sizes 4 In. Through 36 In. AWWA C208 - 89 Dimensions for Fabricated Steel Water Pipe Fittings. AWWA M11 - 85 Steel Pipe -- A Guide for Design and Installation. ANSI/AWS D1.1 Structural Welding Code.

B. TESTING: Factory testing shall conform to the requirements of ASTM A53, ASTM A106, ASTM A269 or AWWA C200 as applicable.

1.03 SUBMITTALS

A. The following information shall be provided in accordance with paragraph 01340: 1. Affidavits of Compliance with AWWA C200, ASTM A53, ASTM A106, ASTM A312, or ASTM A269 as applicable. 2. Contractor’s piping layout drawings.

PART 2 PRODUCTS

2.01 PIPE MATERIALS

A. Steel pipe and fittings shall be provided in accordance with ASTM A53, ASTM A106, ASTM A269, ASTM A312, or AWWA C200.

B. Steel for pipe fabricated to meet requirements of AWWA C200 shall conform to the requirements of ASTM A36, ASTM A572, Grade 42, ASTM A570, Grades 33 and 36, or ASTM A283, Grade D. Steel for ASTM A53 and ASTM A106 pipe shall be Grade B.

C. Steel for pipe fabricated to meet the requirements of ASTM A269 shall conform to the requirements of ASTM A450.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15061 - 1

SECTION 15061 STEEL PIPE AND FITTINGS

2.02 PIPE MANUFACTURING

A. Unless otherwise specified, ASTM A53 pipe shall be Type E, electric resistance welded or Type S seamless pipe. The minimum wall thickness for ASTM A53 or ASTM A106 pipe shall be Schedule 40 for pipe 10 inch diameter and less and 3/8 inch for pipe 12 inch through 24 inch diameter.

B. AWWA C200 pipe shall be straight or spiral seam. The minimum wall thickness shall be 7 gage for pipe 6 inch through 24 inch diameter. Increased shell thickness shall be provided where specified. Unless otherwise specified inside pipe diameter, including lining, shall not be less than normal pipe diameter.

2.03 CONNECTIONS

A. Fabricated steel fittings and appurtenances should be designed in accordance with AWWA M11.

2.04 FITTINGS AND APPURTENANCES

A. Malleable iron threaded fittings and appurtenances shall conform to the requirements of ASTM A47 or ASTM A197, ANSI B16.3.

B. Unless otherwise specified, steel fittings and appurtenances shall conform to the requirements of ASTM A234, ASTM A105, or ANSI B16.11; and fabricated steel fittings and appurtenances shall conform to AWWA C208.

C. Unless otherwise specified, all fittings shall be rated for pressure and loadings equal to the pipe.

2.05 PIPE LINING

A. Coal Tar Epoxy: When specified, pipe and fittings shall be lined with coal tar epoxy as specified in AWWA C210 to a minimum thickness of 20 mils in not less than two coats.

2.06 PIPE COATING

A. Coatings in accordance with Section 09900.

PART 3 EXECUTION

3.01 INSTALLATION

A. General: Pipe shall be installed in accordance with AWWA M11, Chapter 16. Welded joints shall be in accordance with AWWA C206. Sleeve - type mechanical pipe couplings shall be provided in accordance with AWWA M11. Pipe lining and coatings at field joints shall be applied as specified in paragraphs 15061-2.05 and 2.06. Unless otherwise specified, buried mechanical couplings and valves shall be field coated as specified in Section 09900.

B. Anchorage: Anchorage shall be provided as specified. Calculations and drawings for proposed alternative anchorage shall be submitted in accordance with Section 01300.

3.02 TESTING

A. All piping shall be electrically tested for defects using a holiday detector (10,000 U. min.)

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15061 - 2

SECTION 15210 GATE VALVE

PART 1 – GENERAL

1.01 WORK INCLUDED IN THIS SECTION

A. This product specification covers resilient seated gate valves, with nominal diameters of 3 in., 4 in., 6 in., 8 in., 10 in., 12 in., 16 in., and 20 in. Sizes refer to the nominal diameter, in inches, of the waterway through the inlet and outlet connections and the closure area. All products furnished shall conform to the American National Standards Institute and American Water Works Association C509 Standard (ANSI/AWWA C509- 01) or latest revision thereof. All coatings in contact with potable water shall be certified to N.S.F. 61.

1.02 DEFINITIONS

A. All definitions are defined according to ANSI/AWWA C509-01. 1. Flanged Joint: The flanged and bolted joint as described in ANSI/AWWA C110/A21.10. 2. Mechanical Joint: The gasket and bolted joint as described in ANSI/AWWA C111/A21.11. 3. Push-on Joint: The single rubber gasket joint as described in ANSI/AWWA C111/A21.11. 4. Tapping Valve: A special gate valve designed with end connections and an unobstructed waterway to provide proper alignment and positioning of a tapping sleeve, valve, and machine for tapping pipe dry or under pressure as described in AWWA C509 Section 1.2 Definitions and MSS SP-60.

1.03 SUBMITTALS

A. The following shall be submitted in compliance with Section 01300. 1. Shop Drawings a. Manufacturer’s catalog data. b. Manufacturer’s detailed drawings showing dimensions, materials, size, and weight. c. Manufacturer’s installation instructions. d. Manufacturer’s certification that products comply with the indicated requirements. e. Three sets of certified drawings showing the principal dimensions, general construction and material specification of the valve proposed. The number of turns to open (close) shall be clearly noted in the valve information submitted with the proposal documents. The number of turns to open or close the valve shall be consistent for each valve size for each approved manufacturer. 2. OWNER’s Manual a. Manufacturer’s catalog data. b. Manufacturer’s installation and operations instructions. c. Manufacturer’s maintenance procedures. d. List of special tools.

1.04 TESTING

A. Valves furnished under this specification shall be provided with an Affidavit of Compliance in accordance with the Section 1.5 of the AWWA C509, latest revision. Test valves shall be performed on the valve in accordance with Section 6.1 Proof of Design Testing of ANSI/AWWA C509, latest revision.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15210 - 1 SECTION 15210 GATE VALVE

B. An affidavit of testing for the valve assembly as outlined in Section 6.2.2 of the AWWA C509 Standard, (350 ft-lbs) will also be provided.

C. All gate valves shall be hydrostatically tested with twice the specified rated pressure applied to one side of the gate and zero pressure applied to the other side. The test is to be made in each direction across the gate. All tests are to be performed at the manufacturer’s plant.

D. All gate valve parts shall be designed to withstand the following two pressure requirements, without being structurally damaged. (1) An internal test pressure of twice the rated design working pressure of the valve. (2) The full rated internal working pressure when the closure member is cycled once from a fully open to a fully closed position against the full rated unbalanced working water pressure. In addition to these pressure requirements, the valve assembly and mechanism shall be capable of withstanding an input torque as follows: 200 ft.-lbs. for a 3-in. nominal diameter. 200 ft.-lbs. for a 4-in. nominal diameter. 300 ft.-lbs. for a 6-in. nominal diameter. 300 ft.-lbs. for a 8-in. nominal diameter. 300 ft.-lbs. for a 10- in. nominal diameter. And 300 ft.-lbs. for a 12-in. nominal diameter. For sizes larger than a 12 in. nominal diameter refer to the manufacturer’s specifications.

E. All gate valves shall be operated through a complete cycle in the position for which it was designed to ensure free and proper functioning of all parts in the intended manner. Any defects in workmanship shall be corrected and the test repeated until satisfactory performance is demonstrated. All tests are to be performed at the manufacturer’s plant. F. A hydrostatic test pressure equal to twice the rated working pressure of the valve shall be applied to all assembled valves with the gates in the open position. The test shall show no leakage through the metal, pressure containing joints, or stem seals. All tests are to be performed at the manufacturer’s plant.

G. A test shall be made from each direction at rated working pressure to prove the sealing ability of each valve from both directions of flow. The test shall show no leakage through the metal, pressure containing joints, or past the seat. All tests are to be performed at the manufacturer’s plant.

H. Test certificates shall be submitted to the ENGINEER as specified herein.

PART 2 - PRODUCTS

2.01 GENERAL

A. Except as otherwise modified or supplemented herein, AWWA Standard C509-01 or the latest revision thereof, shall govern the design, component materials, construction; manufacture and testing of all resilient seated gate valves. Valves shall be suitable for frequent operation as well as service involving long periods of inactivity. Valves shall be NSF-61 certified.

B. The minimum design working water pressure for gate valves with nominal diameters of 3in., 4 in., 6 in., 8 in., 10 in., and 12 in. shall be 200 psig unless otherwise specified. C. The minimum design working water pressure for gate valves with nominal diameters of 16 in., and 20 in. shall be 150 psig unless otherwise specified.

D. Valves shall be resilient-seated types, bronze mounted with non-rising stems. The closure member shall be fully encapsulated by an elastomer without thin spots or voids. When open the valve shall have a clear, full-port, unobstructed waterway.

E. Gray iron, ductile iron, steel, brass and bronze materials shall meet or exceed the material requirements of Section 2: Materials of AWWA C509-01.

F. Gaskets, O-rings, Coatings, and elastomers shall meet or exceed the material requirements of Section 2: Materials of AWWA C509-01.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15210 - 2 SECTION 15210 GATE VALVE

G. The gate valves shall be designed and constructed for installation in either a horizontal or vertical position. Valves shall be designed for buried installation with stem in the vertical position and shall be furnished for mounting in a horizontal pipeline, unless otherwise specified.

H. Valve components of brass or bronze shall be manufactured to ASTM recognized alloy specifications of low zinc content bronze, as shown in Table 1 of Section 2.2.4. of ANSI/AWWA Standard C509-01 or the latest revision thereof. Materials for the stem have minimum yield strength of 40,000 psi. A minimum elongation in 2 inches of 12% and shall be made of bronze per ASTM B763, alloy number UNS C99500. A maximum zinc content of 2% as shown in Table 2 Chemical Requirements of ASTM B763-96 or the latest revision thereof. Stem nut material shall be ASTM B62 UNS C83600 or ASTM B584 UNS C84400. The stem shall have a visible external marking at the top to indicate low-zinc, high strength material. The marking shall include a red plastic or neoprene washer placed around the top of the stem under the operating nut.

I. Valve ends shall be either flanged, tapping valve, mechanical joint, push-on joint or any combination thereof, as specified. All mechanical joint valves shall be supplied with glands, bolts, and gaskets. Valve body bolts and nuts shall meet the strength requirements of ASTM A307 with dimensions conforming to ANSI B18.2.1. The size of the bolt head shall be equal to the size of the nut and shall be stainless steel in accordance with ASTM 276.

J. All gate valves shall open left (counter clockwise), unless otherwise specified.

K. The following parts of the valve shall be made of either gray or ductile iron: bonnet, body, yoke, wrench nut, O-ring packing plate or seal plate, and gland follower. The gate may be made of gray or ductile iron.

L. If glands and bushings are used for NRS valves they shall be made of ASTM B763 bronze UNS C99500. The stem shall be made of cast, forged, or rolled ASTM B763 bronze UNS C99500. The stem nut material shall be ASTM B62 bronze UNS C83600 or ASTM B584 bronze UNS C84400. The gate may be made of bronze ASTM B763 bronze UNS C99500. Stem seals shall be “O” ring type. The seals shall be designed for dynamic applications. The design shall be such that the seal above the stem collar can be replaced with the valve under full pressure in the fully open position. Materials for the “O” ring packing plate shall be in accordance with Section 4.8.3 of the AWWA C509, latest revision.

M. Resilient seats shall be applied to the gate and shall seat against a corrosion resistant surface. The non-metallic seating surface shall be applied in a manner to withstand the action of line fluids and the operation of the sealing gate under long-term service. A metallic surface shall have a corrosion resistance equivalent to or better than bronze. A non-metallic surface shall be in compliance with AWWA C550. The gate must be fully encapsulated by an elastomer without thin spots or voids. Resilient seats shall be bonded. ASTM D429 either method A or method B shall prove the method used for bonding or vulcanizing. For method A, the minimum strength shall not be less than 250 psi. For method B, the peel strength shall be 75 lb./in.

N. Flanged Ends: The end flanges of flanged valves shall conform to dimensions and drillings of ANSI/AWWA C110/A21.10 or ANSI B16.1, Class 125.

O. Mechanical Joint Ends: Mechanical joint bell dimensions shall conform to AWWA C111/A21.11.

P. Push-on Joints: Push-on joints shall conform to the requirements of AWWA C111/A21.11.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15210 - 3 SECTION 15210 GATE VALVE Q. The tapping valves shall be mechanical joints with tapping flange on the other end. The tapping valves shall be furnished complete with glands, bolts, and gaskets. The tapping valve shall have a clear unobstructed waterway. The seat rings shall be of a large diameter to the permit entry of the full diameter tapping machine cutters. The valve end which mates with the tapping sleeve shall have an alignment lip to fit the recess in the tapping sleeve flange for proper alignment. The lip will be dimensioned in accordance with MSS SP-60 for valves 20-inch nominal pipe size and smaller.

R. All interchangeable parts shall conform to their required dimensions and shall be free from defects that could prevent proper functioning of the valve. When assembled, valves manufactured in accordance with this standard shall be well fitted and shall operate smoothly. All like parts of valves of the same model and size produced by the same manufacturer shall be interchangeable.

S. All castings shall be clean and sound, without defects that will weaken their structure or impair their service. Plugging, welding, or repairing of cosmetic defects is allowed. Repairing of structural defects is not allowed. Repaired valves shall comply with the testing requirements of this specification after repairs have been made. Repairs within the bolt circle of any flange face are not allowed.

T. Markings shall be cast on the bonnet or body of each valve and shall show the manufacturer’s name or mark, the year the valve casting was made, the size of the valve, and the designation of working water pressure, for example “200 W”.

2.03 MANUAL OPERATORS

A. Except as otherwise indicated, manually operated buried valves shall be equipped with a 2 inch square operating nut.

B. Actuators for valves located above ground or in vaults and structures shall have handwheels.

2.04 PAINTING

A. Clean and prime coat ferrous metal surfaces of equipment in the shop. All interior and exterior ferrous surfaces of the valve, including the disc, shall be coated with epoxy, N.S.F. 61 certified. The epoxy shall have a nominal thickness of 8 mils, and shall be in accordance with AWWA C550, latest revision.

B. Coat machined, polished and non-ferrous metal surfaces with corrosion prevention compounds which shall be maintained during storage and until equipment begins operation.

PART 3 - EXECUTION

3.01 INSTALLATION

A. Exposed gate valves shall be installed to permit removal of valve assembly without dismantling the valve or operator.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15210 - 4

SECTION 15300 TILTED DISC CHECK VALVE

PART 1 - SCOPE

1.01 This specification is intended to cover the design, manufacture, and testing of tilted disc check valves suitable for pressures up to 400 psig water service.

1.02 Pump discharge check valves shall be of the tilted disc, metal seated, full body type capable of accepting optional bottom or top mounted oil dashpots.

PART 2 - PRODUCTS

2.01 The valves shall be provided with drilled flanges in accordance with ANSI B16.1 for Class 250 iron flanges and ANSI B16.42 for Class 150 ductile iron flanges. Iron flanges shall be flat faced.

2.02 Flanged inspection ports shall be provided upstream and downstream of the valve disc for inspection or use with optional dashpots.

2.03 Materials

A. The valve body shall be constructed of of ductile iron ASTM A536 Grade 65-45-12.

B. The disc furnished for valves with shall be constructed of ASTM A536 Grade 65-45-12 ductile iron. The disc seating ring shall be ASTM B271 Alloy C95500 centrifugally cast aluminum bronze. The mating seat ring located in the body shall be ASTM B271 Alloy C95400 centrifugally cast aluminum bronze.

C. The pivot pins shall be ASTM B505 Alloy C95500 aluminum bronze and shall be guided by a bushing constructed of ASTM B505 Alloy C95400 aluminum bronze.

2.04 Design

A. The valve body shall consist of two sections bolted together as a central diagonal flange inclined at an angle of 55 degrees. The inlet body section shall contain a seat ring positioned and captured by the diagonal flange. The outlet body section shall accept eccentrically located pivot pin trunnions with sealed covers and lubrication grease fittings.

B. The eccentric pivot trunnions shall be located to divide the disc into approximately 1/3 and 2/3 proportions and also allow the seating surface of the disc to rotate away from the seating surface of the seat ring without contact. Clearance shall be provided between the pivot pin and bushing when the disc is seated to prevent binding and to ensure a tight seal. The minimum pivot pin diameter shall be as shown below.

C. The flow area through the valve body inlet and outlet shall be equal to the nominal pipe size and gradually increase to an area 40 percent greater at the valve seat.

D. A position indicator shall be supplied on valves and visually show disc position at all times.

E. The valve disc and seat shall have a seating surface finish of 32 micro-inches or better to ensure positive seating at all pressures. The leakage rate shall not exceed one-half of the allowable rate allowed by AWWA Standard C508 or 0.5 oz per hour per inch of valve size.

F. Valves should be capable of accepting a field installed Bottom Mounted Oil Dashpot.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15300 - 1 SECTION 15300 TILTED DISC CHECK VALVE

G. The valve flow way shall be contoured and unrestricted to provide full flow areas at all locations within the valve. Full flow shall be based on an open stroke of 40 degrees to assure stabilization of the disc when open.

2.05 Options Accessories

A. A Nema-4 machine tool type limit switch with DPDT contacts shall be provided when specified. The switch shall be mounted to the inspection cover and have an adjustable trip arm for sensing the closed position.

B. A Bottom Mounted Oil Dashpot shall be factory installed in the upstream inspection port to provide hydraulic control of the final 10% of valve closure and reduce water hammer normally associated with rapid flow reversal conditions on pump shut down. The dashpot shall consist of a high pressure hydraulic cylinder, adjustable external flow control valve, pressurized oil reservoir and piping designed to control the closing speed of the last 10% of travel in 1-5 seconds. A dashpot spacer which connects the cylinder to the valve shall have an air gap to prevent hydraulic fluid from entering the valve and contaminating the water system. A snubber rod fitted with O- ring seals and rod wiper scrapers shall make contact with the lower portion of the disc during closure.

PART 3 – EXECUTION & MANUFACTURE

3.01 The valves shall be hydrostatically tested at 1.5 times their rated cold working pressure. Additional tests shall be conducted per AWWA, ANSI, MSS or API standards when specified. When requested, the manufacturer shall provide test certificates, dimensional drawings, parts list drawings, and operation and maintenance manuals.

3.02 The manufacturer shall have a minimum of five (5) years experience in the manufacture of Tilted Disc Check Valves.

3.03 The exterior of the valve shall be coated with a universal alkyd primer. The valve interior shall be coated with an epoxy coating approved for potable water.

3.04 Tilted Disc Check Valves shall be Series #9000B (with bottom oil dashpot), as manufactured by Val-Matic Valve & Mfg. Corporation, Elmhurst, IL. USA. or approved equal.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 15300 - 2 SECTION 16000 OMNISITE CRYSTAL BALL AUTODIALER

1. SCOPE: A. This specification provides description of new Crystal Ball Autodialer necessary to provide communications from Remote Terminal Unit (RTU) to the Supervisory Control and Data Acquisition (SCADA) master computer. This specification includes all equipment and appurtenances as required for complete and operable system.

B. Provide OmniSite Crystal Ball Autodialer for the following sites as indicated on plans:

1) Sherwood Lift Station – 723 Sherwood Ct., Cedar Hill, TX 75104 2) State Park Lift Station – 1554 FM 1382, Cedar Hill, TX 75104 3) Beltline Lift Station – 2068 W. Beltline Rd., Cedar Hill, TX 75104

2. Equipment Description: A. The OmniSite Crystal Ball is a stand-alone single channel set point controller and web based alarm notification system that provides the capability to monitor and control remotely located equipment of any type.

3. Equipment Specifications:

A. OmniSite Crystal Ball specifications: Power 12 VDC or 120 VAC Communications 4G LTE CAT-1 Access Key Smart security key to identify personnel on site Terminal Blocks Removable style accepts #14-18 AWG solid or stranded wire Operating Temperature -20/150 degree F Operating Humidity 0-90% RH Non-condensing Dimensions 8.9”H x 9.4”W x 3.8”D Memory Stick 32Mb – 1Gb user selectable Display Keypad 4 x 20 rugged operation (8) universal navigation buttons Analog Inputs (4) 4-20ma, isolated, 10 bit resolution Relay Outputs (4) 20A @ 120VAC resistive Digital Inputs (14) Universal inputs accept 12 VAC/VDC – 120VAC/VDC Weather proof cabinet

Rehabilitation of Sherwood Wastewater Lift Station Project No.PW 20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 16000 - 1

4. Purchase and Installation: A. Contractor shall purchase and install OminSite Crystal Ball Autodialer for sites as specified on plans and in this specification. Programming of the OmniSite Crystal Ball Autodialer shall be performed by the city’s authorized technician.

5. Authorized OmniSite Crystal Ball Local Suppliers: 1. H&H Electrical Contractors, Inc. 8475 County Rd 271 Terrell, TX 75160 (972) 524-0205 office (972) 524-1439 fax 2. Smith Pump Company (Headquarters) 301 MB Industrial Blvd. Waco, TX 76713 (254) 776-0377 office (254) 776-0023 fax 3. or Engineer approved Vendor.

6. City Authorized SCADA Technician: Control Integrity, Inc. 2037 N. Stodghill Rd. Rockwall, TX 75087 Gary Zerfas - President (972) 333-6952 office (972) 722-6104 fax

END OF SECTION 16000

Rehabilitation of Sherwood Wastewater Lift Station Project No.PW 20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 16000 - 2

SECTION 16720 MODIFICATIONS TO EXISTING SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SYSTEM

PART 1 - GENERAL

1.01 GENERAL

The items to be furnished and installed under this section of the Specifications consist of the proposed modifications to the City furnished computer for SCADA System at the Public Works Service Center.

PART 2 - PRODUCTS

2.01 EQUIPMENT

A. General---The SCADA System Contractor (SSC) shall furnish and install as a minimum:

Item Quantity Description 1. (3) Modification of existing Remote Terminal Unit (RTU-100) complete with all associated hardware & software. 2. (1-Lot) Modification of existing Cental Terminal Unit (CTU-100) database and graphic displays. 3. (1-Lot) Installation. 4. (1 Lot) Miscellaneous, as required.

B. Required software:

 One (1) SysPit-56-U-17 Wonderware Software Upgrade Part No.: Upg, MuniPlatform 2017 Dev/Runtime 5K io/1K History [SN: 787137}.

 One (1) HstClt-02-U-017 Upg. WW Historian Client 2017 Concurrent 5 pack [SN: 795926].

 One (1) InTch-01-U-17 Upg. InTouch 2017 RT Red Only 60K Tag w/o I/O [SN: 796453].

 One (1) InTch-06-N-17 Intouch 2017 Runtime 60K tag with I/O.

 One (1) STDS-019N Wonderware software support for one year.

 One (1) Win911 Alarm Dialer software support for one year.

2.02 SERVICES

A. Services provided shall include the following:

 System Responsibility, configuration of new software to existing applications.  Re-Programming of existing SCADApak RTU for I/O interface to computer.  Re-Work existing RTU cabinet for new interface.  Program & install software at the City Service Center computer.  Engineering, Design and Technical supervision and Start-Up of equipment provided  Support and Start-Up services for equipment supplied.  Systems Testing.

PART 3 - EXECUTION Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 16720-1

3.01 EXECUTION

A. Installation 1. Field Wiring The SSC shall provide service personnel to terminate field wiring at the RTU. All wiring between each RTU and the associated field devices shall be supplied and installed by the Electrical Contractor (EC). The SSC shall attach field wiring to termination strips in each RTU enclosure. The SSC shall modify all RTU's and the CTU-100 database. The SSC shall test all communications links to ensure proper communications between existing CTU-100 and RTU-100. 2. Existing CTU-100 Database update The central terminal unit (CTU-100) is existing. All required peripheral equipment hardware and database programming shall be furnished and installed by the SSC. 3. RTU Modification RTU-100 shall be modified and all associated peripheral equipment shall be installed at the pump station site as indicated on the contract drawings.

B. System Engineering 1. The SSC shall assume full unit responsibility for successful functional operation of the system in accordance with these specifications. The SSC shall review all monitor/control locations and points, and ensure that all installed equipment shall meet these specifications and all local electrical codes. The SSC shall integrate all equipment and software and test all interfaces to ensure proper operations. 2. Software Configurations The SSC, with consulting engineer and Owner assigned operations personnel, shall configure CTU-100 database and all RTU software so as to provide a fully operational system to the Owner. Configuration shall include: a. Modification of existing CTU-100 database as required. b. Inclusion of calculated values in data base c. Creation of graphic displays for the system.

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 16720-2 SECTION - 16720 MODIFICATIONS TO EXISTING SCADA SYSTEM

d. Creation of daily and monthly reports. 3. Personnel Training After start-up and check-out, and before final acceptance, the SSC shall provide on-site one (1) full day of formal instruction in the equipment installation and maintenance, software configuration/modification, and operator training. The training shall be scheduled in writing after start-up and check-out has been accepted as complete. 4. Service During and after the warranty period, the SSC shall provide service on all system equipment for a period up to 2 years from acceptance date. The SSC shall maintain a service staff for equipment as needed. 5. Support The SSC shall offer service and support of the SCADA system on an hourly rate basis of compensation. This service shall not be included in the base price of the system bid.

During and after warranty period, the SSC shall provide technical support (system engineering/configuration/training) as needed by the Owner. Three levels of support shall be provided as follows: a. Telephone "Question and Answer" b. Remote Terminal Support (using telephone modems) c. On-site support.

C. Warranty 1. The SSC shall supply a one year parts and labor warranty for the system. Normal maintenance, such as fuse replacement, card substitution, etc., shall be performed by the Owner with parts supplied by the equipment manufacturer. The warranty shall begin from the time of final acceptance by the Owner. 2. Acceptable SCADA System Contractors:

Control Integrity, Inc. 2037 N. Stodghill Rd. Rockwall, TX 75087 Gary Zerfas 972-333-6952

No other SSC’s shall be considered for this project.

END OF SECTION

Rehabilitation of Sherwood Wastewater Lift Station Project No. PW20-0002 & Upgrades at Various Locations June 2020 City of Cedar Hill, Texas 16720-3

SECTION 7 PERMITS

Contractor shall obtain all required permits and inspections at no cost. Contractor may obtain these permits at City of Cedar Hill City Hall located at 285 Uptown Blvd. Cedar Hill, Texas 750104