Loading...
HomeMy WebLinkAboutContract 33250 CITY SECRETARY CONTRACT NO. . SPECIFICATIONS AND CONTRACT DOCUMENTS FOR EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS Project No.: P164 - 060164052004 FOR THE CITY OF FORTH WORTH,TEXAS NOVEMBER 2005 MIKE MONCRIEF CHARLES BOSWELL MAYOR CITY MANAGER S.FRANK CRUMB,P.E. ACTING DIRECTOR,WATER DEPARTMENT ^" CHARLY ANGADICHERIL ASSISTANT DIRECTOR OF WATER PRODUCTION CHRISTOPHER HARDER,P.E. PROJECT MANAGER VOLUME 1 OF 2 PART A THROUGH PART E Prepared By: CH2MHILL CH2MHILL 309 W.7'h Street,Suite 1020 Fort Worth,TX 76102 _ (817)870-1129 � #C COQ O y I GINA 0� I EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SEALSSHEET PART A-NOTICE TO BIDDERS PART B -PROPOSAL MWBE SECTION PART C-GENERAL CONDITIONS PART CS -SUPPLEMENTARY CONDITIONS PART D-SPECIAL CONDITIONS PART F-BONDS AND INSURANCE PART G-CONTRACT PART E-TECHNICAL SPECIFICATIONS DWGENERAL REQUIREMENTS =rte OF r , ���a a DOUGLAS K. BIGLEN t............................. 887 e® ee �r,,sE°•'�� e ''• �. hes`si AL ' II K os lo_ PART E-TEcHNICAL SPECIFICATIONS DIVISION 2—SITE CONSTRUCTION 7. �I sem'*:• ':* 00 * ' ............... s DOUGLAS� K. BIGLEN.B I.... ....... ..., 88777. si ee� . CENS�•�� CVO/321068A NOVEMBER 10, 2005 00007A 1 SEALS SHEET EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART E—TECHNICAL SPECIFICATIONS DIVISION 3—CONCRETE 1 fww,y\ r, . . .92291 !fig S,•, �;` ��� ��� ' PART E—TECHNICAL SPECIFICATIONS DIVISION 5—METALS �tP�E`0 '1 x4 Aw r i .................. = ` MARK J. e,A:w,.... ................... 9229 i =,, II}%;`/0.,... PART E—TECHNICAL SPECIFICATIONS DIVISION 9—FINISHES vNo/, ee to LLLee� �.............................® N31019 ��S111Jt10a aee �o yid® t CVO/321068A NOVEMBER 10, 2005 00007A 2 SEALS SHEET EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT .r PART E-TECHNICAL SPECIFICATIONS DIVISION 11-EQUIPMENT_ r•cE ................. *. DOUGLAS K. BIGLEN h . y................. ........... 88777 I4heCEN ���.�.�" NAL Vaq//os PART E-TECHNICAL SP CIFICATIO DIVISION 13-SPECIAL CO.NJ, ,ON t �\ t r .�E of r � ��,�P.•......... ht ?* % X DOUGLAS K. BIGLEN y��c•.,,. 88777 PART E-TEC ALS CIFICATIO DIVISION 15-MECHANICAL ����� DO,OUGLASLE W."So 0.00 • 0 • 11k4 .. 88777 1ec .00 ``�NAL , ' 1 SOD CVO/321068A NOVE EYARY 00007A 3 S L EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART E-TECHNICAL SPECIFICATIONS DIVISION 16-ELECTRICAL dW �® m S�P�EOFdw 00 00 ................. /LARRY KENT HENDERSON/ �........................... 37485 . . `c-I fi' Il�/`�20a5 CVO/321068A NOVEMBER 16, 2005 00007A 4 SEALS SHEET .6 EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Pages CONTENTS Part A(Volume 1) Notice to Bidders Special Instructions to Bidders.............................................................................. 1- 8 Part B (Volume 1) Proposal .............................................................................................................. 1- 3 MWBE Section(Volume 1) MWBESpecifications ........................................................................................... 1- 1 MWBE Subcontractors/Suppliers Utilization Form.............................................. 1- 4 MWBE Prime Contractor Waiver Form................................................................ l- 1 MWBE Good Faith Effort Form............................................................................ l- 3 MWBE Joint Venture Eligibility Form ................................................................. 1- 3 MWBE Ordinance Attachment 1..........................................................................:1- 19 Part C (Volume 1) GeneralConditions................................................................................................ 1- 60 Part CS (Volume 1) SupplementaryConditions..................................................................................... l- 12 Part D(Volume 1) SpecialConditions................................................................................................. 1- 19 WageRates............................................................................................................ 1- 5 ProjectSip..........................................:................................................................. l- 1 Texas Water Development Board Supplemental Contract Conditions (Volume 1).......... 1- 16 Site Certificate (ED-101) ...................................................................................... 1- 1 Contractor's Act of Assurance (ED-103) ............................................................. 1- 1 Contractor's Resolution on Authorized Representative (tc"Contractor's Act of Assurance Resolution") (ED-104)...............................1- 1 Certification Regarding Debarment, Suspension, and Other Responsibility Matters(SRF-404)...................................................... 1- 1 Prime Contractor Affirmative Steps Certification andGoals (WRD-217)......................................................................................... 1- 1 Bidder's EEO/NSF Certifications(WRD-255) ..................................................... 1- 1 Vendor Compliance with Reciprocity on Non-Resident Bidders(WRD-259)..... 1- 1 CVO/321068A NOVEMBER 10, 2005 00060 1 CONTENTS .. i EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Pages Part E (Volume 1) TECHNICAL SPECIFICATIONS DIVISION 1—GENERAL REQUIREMENTS 01010 Summary of Work................................................................................ 1- 1 01035 Control of Work................................................................................... 1- 4 01040 Coordination.................................................................................:...... 1- 9 Supplement: Site Jurisdictional Waters Detail.......................................................... 1- 1 01200 Project Meetings.................................................................................. 1- 3 01300 Submittals...............................................:............................................ 1- 8 Supplement: P.E. Certification Form........................................................................ 1- 1 01315 Progress Schedule and Reports............................................................ 1- 9 01410 Testing and Testing Laboratory Services............................................ 1- 3 01500 Construction Facilities and Temporary Controls................................. 1- 12 01600 Material and Equipment....................................................................... 1- 7 01640 Manufacturers' Services...................................................................... 1- 4 Supplement: Manufacturer's Certificate of Proper Installation................................ 1- 1 01700 Contract Closeout................................................................................ 1- 4 01720 Project Record Documents.................................................................. 1- 3 01730 Operating and Maintenance Data........................................................ 1- 6 01740 Warranties and Bonds.......................................................................... 1- 3 01810 Equipment Testing and Facility Startup.............................................. 1- 6 Supplements: Unit Process Startup Form................................................................... I- 1 Facility Performance Demonstration/Certification Form.................... 1- 1 DIVISION 2—SITE CONSTRUCTION 02200 Site Preparation.................................................................................... 1- 3 02210 Turbidity Curtain and Oil Boom.......................................................... 1- 6 02220 Demolition........................................................................................... 1- 6 02250 Marine Construction............................................................................ 1- 16 02315 Excavation ........................................................................................... 1- 4 02370 Soil Stabilization and Erosion Control................................................ 1- 10 02459 Steel Piles............................................................................................. 1- 8 Supplement: Hammer Data Sheet............................................................................. 1- 1 02500 Conveyance Piping—General.............................................................. 1- 6 02501 Welded Steel Pipe, Specials, and Fittings............................................ 1- 24 'CV`O/321068A NOVEMBER 10,2005 00060' 2 CONTENTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Pa es DIVISION 3—CONCRETE 03215 Doweling for Concrete......................................................................... l- .6 03301 Reinforced Concrete............................................................................ 1- 7 DIVISION 4—MASONRY(NOT USED) DIVISION 5—METALS 05050 Welding................................................................................................ 1- 5 Supplement: Welding and Nondestructive Testing .................................................. 1- 1 05120 Structural Steel..................................................................................... l- 14 05500 Metal Fabrications and Castings.......................................................... l- 19 05520 Handrails.............................................................................................. 1- 13 05530 Metal Grating....................................................................................... l- 7 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 and Protective Coatings......................................................... l- 16 Supplement: Paint System Data Sheet...................................................................... l- 2 DIVISION 10—SPECIALTIES (NOT USED) DIVISION 11—EQUIPMENT 11371 Compressed Air Systems..................................................................... l- 5 DIVISION 12—FURNISHINGS (NOT USED) DIVISION 13—SPECIAL CONSTRUCTION 13990 Galvanic Anode Cathodic Protection System...................................... l- 4 DIVISION 14--CONVEYING SYSTEMS (NOT USED) CVO/321068A NOVE %4at&0 � 00060 3 %rTfi�0ru 1y R Oi6 R 1� EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Pales DIVISION 15—MECHANICAL 15061 Piping Support Systems....................................................................... 1- 7 15200 Process Piping–General..................................................................... l- 5 Supplement: Piping Schedule Legend...................................................................... l- 1 PipingSchedule ................................................................................... 1- 1 15200-20 DS–Type 304 Stainless Steel Tubing and Fittings............................ 1- 1 15202 Process Valves and Operators.............................................................. l- 9 Supplement: Pneumatic Operator Schedule.............................................................. l- 1 15955 Piping Leakage Testing ....................................................................... 1- 3 DIVISION 16—ELECTRICAL 16005 Electrical.............................................................................................. 1- 17 Part F(Volume 1) Certificate of Insurance.......................................................................................... l- 2 Maintenance Bond................................................................................................. l- 3 PerformanceBond................................................................................................. 1- 3 PaymentBond........................................................................................................ l- 3 Contractor Compliance with Worker's Compensation Law.................................. l- 1 Part G(Volume 1) Contract .............................................................................................................. 1- 2 Part H (Volume 2) Construction Drawings Appendix A(Volume 1) Geotechnical Report Appendix B (Volume 1) Section 404 Permit END OF SECTION ''`' `'w`•�GB1<U6 A NOVEMBER 10, 2005 �� '`.�° c'. 6U1 4 CONTENTS PART A NOTICE TO BIDDERS Yll City of Fort Worth Eagle Mountain Raw Water Intake Improvements NOTICE TO BIDDERS Sealed proposals for the following: FOR: EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS PROJECT NO. P164-060164052004 will be received at the office ofthe Purchasing Manager,located on the lower level,Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M., on December 22, 2005. Bids will be publicly opened and read aloud in the City Council Chambers at: 2:00 p.m.,December 22,2005 Contract Documents have been prepared by CH2M HILL,Inc.,(817)870-1129,309 West 7`h Street, Suite 1020,Fort Worth,Texas 76102,and may be examined without charge at their office. Contract Documents may be obtained from CH2M HILL,Inc. at the above address for a non-refundable charge of: Set of one-half size Plans and Specifications: $300.00 Set of full-size Plans and Specifications: $400.00 General Contract Documents and Specifications for the Water Department Projects,dated January 1, 1978, with the latest revisions,also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-refundable fee of$50.00 for each set, at the Planning& Engineering Division Office of the Fort Worth Water Department, 1000 Throckmorton Street,Fort Worth,Texas, 76102. All bidders submitting bids are required to be pre-qualified in accordance with the requirements ofthe Special Instructions to Bidders. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90)days from the date the bids are received. For additional information,please contact Mr.Doug Biglen,P.E.or Mr.Chad Simmons,P.E.,CH2M HILL Inc. at (817)870-1129. Publication Dates: November 17, 2005 and November 24, 2005 Part A I.doc A-1 11/21/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements SPECIAL INSTRUCTIONS TO BIDDERS 1. SPECIAL PREOUALIFICATION REQUIREMENTS. All contractors submitting bids are required to be meet the Fort Worth Water Department special pre-qualification requirements for this project prior to submitting bids. Previous prequalification by the Fort Worth Water Department will not he considered as meeting this requirement. This one-time special project-specific process will prequalify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent. In addition,the process will establish a bid limit based on a financial analysis of the contractor. It is the bidder's responsibility to submit documentation for those items listed below,to the Director of the Water Department or his designated representative, at least fourteen (14) calendar days prior to the date of bid opening. The Water Department may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least seven(7)calendar days prior to the date of the opening bids. a) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. b) FINANCIAL STATEMENT. The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one(1)year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification. c) EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project,it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to the date on which bids will be received. A minimum of three references must be included. References must include a contact person name,telephone number,project name and total cost,and type of work done. d) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. e) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules,regardless of by whom they were employed. Provide list of contact persons for all projects(preferably field inspectors or resident engineers)with names and phone numbers for the last five years' project. In the event the Bidder on this contract is a Joint Venture,financial statements from each joint venturer shall be submitted for prequalification,as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate State licensing agency and -» shall have been so prepared as to reflect the financial status of the each joint venturer.The statements must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared,the previous statement shall be updated by proper verification.It is not required Part A I.doc A-3 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements that each joint venturer shall have the necessary experience and equipment,rather that combined,the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre-qualification submittal. From the financial statement, the maximum bid limit will be based on amount of liquid assets times 10. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. c) The City, in its sole discretion, may reject a bid for failure to demonstrate acceptable performance,experience and/or expertise. d) Any proposals submitted by a non pre-qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. e) The City will attempt to notify prospective bidders whose qualifications(financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall be a wavier of any necessary pre-qualifications. For additional information contact Chris Harder,Fort Worth Water Department at(817)392-6820 (FAX 817-392-8195). Pre-qualification submittal should be sent to: Mr.Chris Harder,P.E. Fort Worth Water Department 1000 Throckmorton Street .,. Fort Worth,TX 76102-6212 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 Before submitting his Bid,each Bidder must(a)examine the Contract Documents thoroughly,(b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the work,and(d)carefully correlate his observations with the requirements of the Contract Documents. 2.2 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees the accuracy of the data. Before submitting his Bid each Bidder will,at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665as amended by the 72°d Session of the Texas legislature and amended by the 73`d Session of the Texas Legislature with HB 1569. 2.3 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 4. Part A I.doc A-4 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements 3. BID FORM(PROPOSAL) 3.1 Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid. Supplemental data to be furnished shall be included in same sealed envelope with Proposal. 3.2 Bid(Proposal)Forms must be completed in ink. The Bid price of each item on the form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. 3.3 Bids by corporation must be executed in the corporate name by the president or a vice-president(or other corporate officer accompanied by evidence of authority to sign)and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 3.4 Bids by partnerships must be executed in the partnership name and signed by a partner,his title must appear under his signature and the official address of the partnership must be shown below the signature. 3.5 All names must be printed below the signature. 3.6 The Bid shall contain an acknowledgement of receipt of all Addenda(the number of which shall be filled in on the Bid Form). 4. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. Bidders shall not separate,detach or remove any portion,segment or sheets from the contract document at any time. Bidders must complete the proposal section(s)and submit the complete specifications books(Volumes 1 '^ and 2) or face rejection of the bid as non-responsive. Revised bid forms issued by addenda shall be stapled to the original bid form in the specifications book prior to submission. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time-line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. 5. MODIFICATIONS AND WITHDRAWAL OF BIDS. Bids may be modified or withdrawn by an appropriate document duly executed(in the manner that Bid must be executed)and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Bids may not be withdrawn after opening of Bids for the period set forth in the Notice to Bidders. 6. OPENING OF BIDS. Bids will be opened as indicated in the Invitation for Bids. Bids received after such time will not be considered,and will be returned unopened. 7. BIDS TO REMAIN OPEN. All Bids shall remain open for the period of time set forth in the Invitation for Bids,but Owner may,in his sole discretion,release any Bid and return the Bid Security prior to that date. 8. AWARD OF CONTRACT. 8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities,and the right to disregard all nonconforming or conditional Bids or counter proposals. 8.2 In evaluating Bids,Owner will consider the qualifications of the Bidders,whether or not the Bids comply with the prescribed requirements,and alternates and unit prices if requested in the Bid forms. He may consider the qualifications and experience of Subcontractors and other persons and organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. Part A I.doc A-5 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders,proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction. 8.3 If a contract is to be awarded,it will awarded to the lowest responsible Bidder whose evaluation by Owner indicates to the Owner that the award will be in the best interests of the Project. 8.4 It is expected that the Owner's evaluation of bids and award of contract will be made as set forth in the Invitation for Bids. The successful bidder will be notified by a Notice of Award which may be a letter or telegram. Time of completion is very important and failure to meet completion schedule will subject the Contractor to liquidated damages as provided in the Supplementary Conditions section of the Contract. 9. EXECUTION OF CONTRACT. 9.1 The accepted Bidder, within ten (10) days after formal notice of award, shall execute the formal Contract Agreement and required Bonds on the forms prepared and submitted by the Owner. 9.2 The Owner will issue a Notice to Proceed authorizing the Contractor to commence work. 10. BID SECURITY. A cashier's check,or an acceptable bidder's bond,payable to the City of Fort Worth, in the amount of not less than five(5%)percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten(10)days after the contract has been awarded. To bean acceptable surety on the bond,(1)the name of the surety company shall be included on the current U.S. Treasury list of acceptable sureties,or(2)the surety company must have capital and surplus equal to ten times the limit on the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the U.S. Treasury list or one-tenth (1/10) the total capital and surplus. 11. BONDS. A performance bond,a payment bond,and a maintenance bond each for one hundred(100%) percent of the contract price will be required. Reference C3-3.7. 12. WAGE RATES. Not less that the prevailing wage rates established by the City of Fort Worth,Texas,and as set forth in the Contract Documents,must be paid on this project. 13. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 14. BIDDER LICENSE:Prior to the award of contract to an out-of-state bidder,the bidder shall be licensed to do business in the State of Texas. For licensing procedures, contact the Texas Secretary of State Offices(Telephone Number 1-512463-5555 or 1-900-263-0060) 15. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contract whose ultimate parent company or majority owner has a place of business in the State of Texas. This provision does not apply if this contract involves federal funds. Part A I.doc A-6 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 16. AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officer, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members,agents,employees,subcontractors, program participants,or persons acting on their behalf,shall specify,in solicitation to advertisement for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply wit the above referenced Policy concerning age discrimination in the performance of the contract. 17. DISABILITY: In accordance with provision of the American with Disabilities Act of 1990 (ADA), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on;the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of the Contractor or any of its subcontractors. Contract warrants it will fully comply with ADA's provision and any other applicable Federal,State,and local laws concerning disability and will defend,indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 18. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordnance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m.,five(5)City business days after the bid opening date.The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE)and/or Women Business Enterprise (WBE) on a contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal,state or local laws or ordinances relating to false statements. Further,any such misrepresentation(other than a negligent misrepresentation)and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three(3)years. Part A_I.doc A-7 11110105 City of Fort Worth Eagle Mountain Raw Water Intake Improvements 19. ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the fort Worth Water Department Engineering Services,in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department,prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer. 20. PRE-BID CONFERENCE: The pre-bid conference for bidding Contractors will be held by representatives of the Fort Worth Water Department and the Consulting Engineers.in the Conference Room at the Eagle Mountain Water Treatment Plant, 6801 Bowman Roberts Road,Fort Worth,Texas 76179 on December 8,2005 at 10:00 a.m. This conference is for the purpose of interpretation for bidding Contractors of Contract Documents, including plans and specifications,for construction of the Project. Only comments addressed in subsequent Addenda will be binding. Those seeking entrance to the pre-bid conference must have valid identification. 21. TEXAS WATER DEVELOPMENT BOARD REQUIREMENTS 21.1 This contract is contingent upon release of funds from the Texas Water Development Board. 21.2 Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 21.3 Equal Opportunity in Employment— All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375,and as supplemented in Department of Labor regulations 41 CFR Part 60. 21.4 This contract is subject to the EPA established Minority Business Enterprise(MBE)/Women's Business Enterprise(WBE)"fair share"goals. TWBD document Guidance.for Utilization of Small, Minority and Women Owned Businesses, SRF-52v3 describes the requirements of this program. MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%;EQUIPMENT 5%. WBE: CONSTRUCTION 5.9%;SUPPLIES 7.6%; SERVICES 14.5%;EQUIPMENT 7.6%. The City of Fort Worth MBE/WBE goals identified in the MWBE Section of the Contract Documents shall control over the MBE/WBE goals above. END OF SECTION Part A I.doc A-8 11/10/05 ADDENDUM No.1 Date: December 19,2005 TO THE CONTRACT DOCUMENTS FOR Project No.: 321068.EM.IN.BS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS FORT WORTH,TEXAS To All Planholders and/or Prospective Bidders: A. The following changes,additions,and/or deletions are hereby made a part of the Contract Documents for the Eagle Mountain Raw Water Intake Improvements as fully and completely as if the same were fully set forth therein: B. SPECIFICATIONS: Addendum Item Specification Section Location and Description of Change 1.1 Special Instructions Page A-5,paragraph 4:In the second sentence, to Bidders DELETE"(Volumes 1 and 2)" and REPLACE with "(Volume 1)". 1.2 01040 Article 1.10,A,ADD after the last sentence, "Underwater audio-video recordings are not required." 1.3 01410 Article 1.02,C,ADD"5. Section 02250,Marine Construction". 1.4 02250 Article 1.04,I,DELETE from first sentence"The Owner may elect not to perform" and ADD to the first sentence"The Owner will perform". At the end of the second sentence,ADD following Engineer"should deficiencies be observed". 1.5 02250 Article 3.01 F. After the last sentence,ADD"Use a sonar profiler similar to those manufactured by Kongsberg Mesotech." 1.6 02250 Article 3.01 H.1,DELETE in its entirety and revise numbering. 1.7 02250 Article 3.11,E. DELETE in its entirety. 1.8 05050 Article 2.01,A,in the first sentence following the word The,ADD,"fabricators". 1.9 05050 Article 3.03,A.,in the first sentence following the word The,ADD,"Owner's". 1.10 15202 Article 2.01,F.,DELETE"counterclockwise" and 1 EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS ADDENDUM NO.1I ADD"clockwise". C. CONSTRUCTION DRAWINGS Addendum Item Drawing Number Description of Change 1.11 10-ME-131 Detail 1,DELETE reference to Detail"15507" and REPLACE with"15007". 1.12 10-ME-131 Detail 1: Clarification. A method for installing the 1/2" A piping through the existing bulkhead is to plug the wet side of the existing 12" pipe,install the new blind flange per Detail 15007 with sufficient length of 1/2" A piping to just reach the wet side of the bulkhead. Remove the plug and connect the 1/2" A piping on the wet side of the bulk head to the already installed 1/2" A piping with a threaded coupling. 1.13 10-S-141 Pipe Elbow/Intake Tower Support Framing Plan, DELETE the note,"TREMIE CONCRETE.............BEAM WEBS,TYP". 1.14 10-S-401 ADD note to Detail 3,"MORNING GLORY SPILLWAY SHALL BE ATTACHED TO PIPING WITH A FULL PENETRATION BUTT WELD CONTINUOUS AROUND ENTIRE CIRCUMFERENCE OF JOINT." 1.15 10-S-403 TRASH RACK/SAFETY CAGE 21,Anode Notes No. 1 following the word SEE,ADD"13810". Anode Notes No.2 following the word SEE,ADD"13815". 1.16 20-P-101 and DELETE reference to Detail 15540 and REPLACE 20-P-402 with Detail 15005. 1.17 20-P-401 TEE DETAIL 1,at the end of note"NEW 54" DEPEND-O-LOK COUPLING" ADD",F x F, RESTRAINED." Typical two notes. 1.18 20-P-401 TEE DETAIL 1,ADD NOTE,"KEEP THE SPACING BETWEEN THE END OF THE NEW TEE FITTING AND THE EXISTING PIPE ON EACH END OF FITTING AS NARROW AS POSSIBLE,Y4-INCH." 1.19 20-P-401 MECHANICAL DEMOLITION,ADD NOTE, "REMOVE EXST 8" GATE VALVES USED FOR ISOLATING EXST AIR RELEASE VALVES AND REINSTALL ON NEW PIPING". 2 EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS ADDENDUM NO.1 1.20 20-P-401 TEE DETAIL 1,ADD NOTE,"WELD RETAINING RING ON EACH PIPE END UNDER EACH COUPLING. REPAIR ANY DAMAGE TO PkPE LININGS AND COATINGS. TYPICAL OF TWO COUPLINGS." 1.21 20-P-401 MECHANICAL DEMOLITION,ADD NOTE, "DISCONNECT ELECTRICAL POWER SUPPLY TO HEAT TRACING ON ELECTRIC HEAT TRACING ON AIR RELEASE VALVES". 1.22 20-P-401 TEE DETAIL 1. Clarification. New ring girders are required on either side of the new 54" tee per DWG 20-S-141,PLAN AT EL 597.50 and DETAIL B. 1.23 20-P-402 ADD note"REINSTALL EXST 8" GATE VALVES UPSTREAM OF EXST AIR RELEASE VALVE ON NEW PIPING". 1.24 20-P-402 Change installed location of existing air release valve shown on new 54 inch RW pipe at STA 24+95.12 and install at STA 25+19.39 on the eastern most,new 48 inch RW pipe.Reconnect the existing electrical supplies to the existing heat tracing on both existing air release valves. 1.25 20-5-14.3 PLAN. Clarification. Of the 3 spaces shown at 4'-9" each, the southern most space shall be new grating and beams. All Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the Bid Form or by submitting the Addendum with the bid package.Bid Forms submitted without acknowledgment or without this Addendum will be considered in nonconformance. CHUM H L r 2..�L�j Project anager ZZ1U r V,OF-r, END OF ADDENDUM ✓. ..................o.e.asa DOUGLAS K.BIG ri 1%. 88777 X41, ,, !c0 �v.� M 3 EAGLE MOUNTAIN RAW WATER INTAKE EMPROVEMENTS ADDENDUM NO.I PART B PROPOSAL City of Fort Worth Eagle Mountain Raw Water Intake Improvements PROPOSAL (This Proposal shall be attached to this volume of the Contract Documents and submitted with Specification Volume 1 and appropriate supporting documents.) TO: Charles Boswell City Manager Municipal Office Building 1000 Throckmorton Fort Worth, Texas 76102 PROPOSAL FOR:The furnishing of all materials and equipment and labor and all necessary appurtenances and incidental work to provide a complete and operable project designated as: Eagle Mountain Raw Water Intake Improvements Project No. P164-060164052004 Pursuant to the foregoing Notice to Bidders, the undersigned Bidder, having thoroughly examined the Contract Documents,including plans,special contract documents,and the General Contract Documents and General Specifications for Water Department Projects,the site of the project and understanding the amount of work to the done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City,which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Fort Worth Water Department of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond,Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: Item Estimated Brief Description of Item Unit Bid Price Amount No. Quantity With Unit Bid Price in Words in Figures in Figures 1 1 Construction of the Eagle Mountain Raw L.S. Water Intake,complete. QA9 HIUJ4AI S&6ti NuNe�eF� rKratY r�uu+ o Dollars and Q p Cents per Lump Sum $1, 730o.00-0 $ 1,73000 0'= Part B B-I 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements TOTAL BID PRICE(Item 1). QAIA" 1161,2 AI 54CLI6 1 /414"1A (in words) 114berY -rdouSWD bolAARS AAAA ILIO ,XA1?S ($) (in figs) Within ten(10)days after acceptance of this proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents,for the faithful performance of this contract. The attached bid security in the amount a 5%is to become the property of the City of Fort Worth,Texas,in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978,and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant drawings. The undersigned assures that its employees and applicants for employment and those of any labor organization,subcontractors,or employment agency in either famishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 Calendar Days after issue of the work order, and to complete the contract within 425 Calendar Days, and to meet the Substantial Completion requirements specified in Paragraph D-15 of the Special Conditions(Part D). (Check A or B as appropriate and fill in blanks where applicable.) X A. The principal place of business of our company is in the State of Nonresident bidders in the State of ,our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident bidders in the State of Georgia , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Addendum No. 1 (Initials) Addendum No. 2(Initials) Addendum No. 3 (Initials) Addendum No. 4(Initials) 17 State of Incorporation: Illinois Respectfi b i , Corporate Address: 3715 Northside Parkway, NW BY �•J Building 100, Suite 550 t ew a s Title: President Atlanta, GA 30327 Part B B-2 11110105 City of Fort Worth Eagle Mountain Raw Water Intake Improvements Archer Western Contractors, Ltd. Address: 2121 Avenue 'J' Suite 103 Arlington, TX 76006 Telephone: (817) 640-3898 (SEAL) If Bidder is Corporation Date: March 18, 1983 Part B B-3 11/10/05 MWBE SECTION FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MIWBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. NIMBE PROJECT GOALS The City's M/W BE goal on this project is_14 %of the total bid(Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated MIV1i'BE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Depa(irnent, within the following times aa70catcd. in order for the entire bid to be considered rvspori=ire to the specifications_ The Offeror shall deliver the M'Od BE documentation its person to the appropriate employee of the managing department and obtain a d�)tOtiTmtie receipt. Such receipt°shall be evidence that the City received the d'ocumuntution in 111e ti Me 1+:oc aked_ A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/W BE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5: Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the M/WBE Office at(817)392-6104. Rev.11/11/05 • �' ATTACHMENT 1A Page 1 of 4 FORT WOR'T'H City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Archer Western Contractors PROJECT NAME: MfW/DBE NON-MM/DBE Eagle Mountain Raw Water Intake Imrpovements BID DATE City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 14 % 1 18 % P164-060164052004 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on"or before :bQ p:m: five (5)City business clays after bid opening;exclusive of bid opening date, will°result in the bid being considered'nonresponsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MMBE fin-n(s) listed in this utilization:schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result'in the bid being considered non-responsive to bid specifications - MNVBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier'is the level of subcontracting below the: prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is:considered I st tier, a payment by a'subcontractor to its supplier is.considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise(MNVBE). If hauling services are utilized, the prime will be .given credit as.long as the MMBE listed owns and operatesat least one fully.licensed.and operational truck to be used on the contract. TheMMBE may lease trucks from another M/WBE firm.; including MM/BE owner-.operators, and receive full MNVB,E credit. The M/ BE may lease trucks from non=MMBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MM/BE as outlined in the lease agreement. M Off 6�,K!IKW�ff /D3 ATTACHMENT 1A FURT W(}R7H Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) o SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address I M w C X M Subcontracting Work Supplies Purchased Dollar Amount T D w Telephone/Fax r B B R o B E E C T E A LKT & Associates 1 X Pipe, Valves & $311,343.00 3346 County Road 275 Fittings Melissa, TX 75454 Phone: 214-544-0440 Fax: 214-544-3684 Gunderboom 1 X Turbidity $ 60,363.00 210 Hickman Drive Curtains &' Sanford, FL 32771 Oil .Boom _. .... Phone: 407-548-2200 Fax: 407-518-2230 ouble D Fasteners 1 X Bolting $ 24,703.00 455 Mint Way Materials & Dallas, TX 75236 Pipe Supports Phone: 214-3 7-8901 Fax: ' 214-337-7423 K. Kyser Company 1 X Tubing & $ 3,772.00 3214 Beltline Road Fittings Dallas, TX 75234 Phone: 972-406-1900 Fax: 972-406-1975 Elk Engineering X Cathodic $ 3,114.00 8950 Forum Way Protection Fort Worth, TX 76140 Phone: 817-568-8585 Fax: 817-568-8590 U.S. Underwater Services 1 X Diving Work $ 107,700.00 O1 Northeast Haskew irleson, TX 76028 Phone: 817-443;-7321 Fax: 817-447-0021 Rev.5/30/03 ATTACHMENT 1 A FO P T WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) o SUBCON.TRACTORISUPPLIER T N T n Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D W Telephone/Fax r B B R 0 B E E C T E A LaFer and Associates 1 X Miscellaneous $ 76,295.00 9601 White Rock Trail Metals Sutie 212 Dallas, TX 75238 Phone: 214-348-9814 Fax: 214-348-7297 GCE Contracting, Inc. 1 X Painting $ 38,500.00 102 Treeview Court Fort Worth, TX 76126 -- -- - Phone: 817-443-3990 Fax: 817-443-3983 AN Rev.5/3D/03 ATTACHMENT IA FORT WORTH a9 e a of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 311,343-00 Total Dollar Amount of Non-MAIVBE Subcontractors/Suppliers $ 314,447.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 625,790.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee-through the submittal of a ,Request for Approval of ChangelAddition. Any.unjustified .change or deletion_ shall fie a mateiial breach of contract and may result in.debarment in accord with the procedures outlined in he; ordinance. Ttie contractor shall submit-a detailed explanation of how the requested change/addltioia or deletloh l 111 affect the:committed MAIVBE goal... If the'detail4explariation is not submitted_, it wilP�ffect.the,final compliance determination By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. P ^ntenbonal and/or knowing misrepresentation of facts will be grounds for terminating the contract or debami from City work for a period of not less than three (3) years and for initiating action under Federal, State of Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Q Matthew Walsh Authotized Signature Printed Signature President Rpd Lunkwitz Title Contact NamenItle(if different) Archer Western Contractors (817) 640-3898 (817) 640-8734 Company Name Telephone andlor Fax 2121 Avenue 'J' , Suite 103 rlunkwitz@archerwestern.com Address E-mail Address Arlington, TR 76006 12-23-05 Clty/Statemp Date Rev.5/30/03 ATTACHMENT IB FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MIWBE Project Coal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1C. This form is only applicable if bQih answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.,five (5) City business days after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/ BE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5/30/03 ATTACHMENT 1C Page 1 of 3 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MIWBE Project Goal: PROJECT NUMBER If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5)City business days after bid opening,exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity] for the completion of this project, regardless of whether it is to be provided by a M/WBE'or non-M/WBE. (DO NOT LIST NAMES OF F�� On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of M/WBE subcontractors andior suppliers from the City's M/WBE Office. Yes Date of Listing_. No 3.) Did you solicit bids from MfWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/WBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, th bidder must contact the entire list to be in compliance with questions'3 and 4. If the list of M/WBEs for particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant,documentation by City personnel. Please use additional sheets,if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.05/30/03 ATTACHMENT IC Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MI BE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three ., (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MIWBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.05/30/03 Joint Venture FORT WORTH Page 1 of 3 CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered;use"NA"ijapplicable. Name of City project: . A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-NMBE name: firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address ,d Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-NIMBE: Rev.5/30/03 Joint Venture Page 2 of 3 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------- b. Marketing and Sales ---------------------------------------------- c. Hiring and Firing of management personnel ---------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MMBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/ BE Ordinance. Rev.5/30/03 Joint Venture Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misre resentation of facts. — — -- -- -p — ------o— — - - --- --- Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (Cl S�K4��QRv lQ�y Ft 1� W'1110 0 1�5 30/0 PART C GENERAL CONDITIONS PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) Cl-1.2 Contract Documents Cl-1 (2) C1-1.3 Notice to Bidders C1-1 (2) C1-1.4 Proposal C1-1 (2) Cl-1.5 Bidder Cl-1 (2) Cl-1.6 General Conditions Cl-1 (2) Cl-1.7 Special Conditions Cl-1 (2) Cl-1.8 Specifications Cl-1 (2) C1-1.9 Bonds C1-1 (2) Cl-1.10 Contract Cl-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council C1-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) .�. C1-1.18 Director,City Water Department C1-1 (3) C1-1.19 Engineer C1-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project C1-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Days C1-1 (4) C1-1.25 Legal Holidays C1-1 (4) Cl-1.26 Abbreviations Cl-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C1-1.29 Unpaved Streets or Alleys C1-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) (1) C2-2.5 Rejection of Proposals C2-2 (3) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal.Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11 Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3r3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4(1) C4-4.2 Special Provisions C44(1) C4-4.3 Increased or Decreased Quantities C4-4(1) C4-4.4 Alteration of Contract Documents C4-4(2) C4-4.5 Extra Work C44 (2) C4-4.6 Schedule of Operation C4-4(3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C44(4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) CS-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6(1) C6-6.3 Patented Devices,Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6(2) C6-6.6 Privileges f Contractor in Streets,Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives,Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6(8) C6-6.15 Temporary Sewer and Drain Connections C6-6(8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6(9) C6-6.18 Contractor's Responsibility for the Work C6-6(9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6(10) C6-6.21 State Sales Tax C6-6(10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7(3) . . C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7(6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7(8) C7-7.17 Safety Methods and Practices C7-7(11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8(4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) PART C- GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS E1-White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F -BONDS (Sample) White PART G - CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A -NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E- SPECIFICATIONS PERMITS/EASEMENTS PART F - BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1 (1) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published =%, in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence. . C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond(see paragraph C3-3.7) b. Payment Bond(see paragraph C3-3.7) C. Maintenance Bond(see paragraph C3-3.7) d. Proposal or Bid Security(see Special Instructions to Bidders, Part A and 1--kk C2-2.6) C1-1 (2) C1-1.10 CONTRACT: The Contract is a formai signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and.through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager.The terms City and Owner are synonymous. CI-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth,Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tem of the City of Fort Worth,Texas. C1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. CI-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth,Texas, or his duly authorized representative. CI-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. C1-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed. Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. CI-1.1.9 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. CI-1.20 CONTRACTOR: The person,person's,partnership, company, firm, association, OMIN, or corporation, entering into a contract with the Owner for the execution of work, acting C1-1 (3) directly or through a duly authorized representative. A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. New Year's day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November 8. Christmas Day December 25 9. Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents,the intent and meaning shall be as follows: C1-1 (4) AASHTO - American Association of State MGD - Million Gallons Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch Cl - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25%of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment,not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 (5) C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for"Paved Streets and Alleys." C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. .y-, M*k CIA (6) SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for openingo�f bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one(1)year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten(10)percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given. project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests,boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the"Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth,Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. A-, oFf IC AL RleORD C2-2 (3) CISE RUT ilywo�1n� I�A� C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the"Notice to Bidders."All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of,but not limited to,the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part"A"- Special Instructions 2. A current experience record showing cspecially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated berein, shall be set aside and not opened. C2-2 (4) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6)months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of ,�.. his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property damage with$2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2. Blasting,prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation fif excavation are performed adjacent to same). 4. Damage to underground utilities for$500,000. 5. Builder's risk(where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than$100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, ,WNW,,. shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices Opftl with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. 0-3 (7) MY SICKTARY PART C - GENERAL CONDITIONS C44 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C44.2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal, such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size,but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner,provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of(1)labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3)materials entering permanently into the project, and (4) actual cost of insurance,bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts,bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work,prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item Q. Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five(5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. APEW C4-4 (3) Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen(14)days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and transmittal of submittals 2. Submittal review periods. C4-4 (4) 3. Shop fabrication and delivery. 409*41 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. 7. Owner's operator instruction(if applicable). 8. Final inspection. 9. Operational testing. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with diligence as will insure its completion within the time specified. C4-4 (5) PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the C5-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the C5-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law,ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and C5-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight(48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above,but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of suclf direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. 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. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) PART C - GENERAL CONDITIONS lown` C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be r constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes,police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed. and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the An% completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES.WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) Off 1l � Of NURAKI It iu,t . construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the"State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8070, to remove the sign. In case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing,providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT,ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing,.and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work.. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work,material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits,before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart,by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) lmftOwner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. �. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved,or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner,he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions, The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX .-M141 C6-6(10) PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendance, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C1-1.23 "WORKING DAYS" or the date stipulated in the"WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) ®FF,C1,14,L kk � CITY SECRETARY When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty,but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Amk Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow AMM% construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j. If the Contractor shall for any cause whatsoever not carry on the working, operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not,within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) claim, demand or suit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination ,.� inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days ., thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such.60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the provisions of Item C7-7.1(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits>Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 2. any claim which the Owner may have against the lopft� Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein,however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this .� contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local taws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C - GENERAL CONDITIONS "p"'' C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits,injuries, damages claims,taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools,materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptable manner according to the terms of the �. Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1St and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the'payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any Aml. guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work,the cost of which shall be included in the price bid in the Proposal,for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C8-8(5) PART CS SUPPLEMENTARY CONDITIONS PART C 1 SUPPLEMENTARY CONDITIONS TO PART C—GENERAL CONDITIONS A. GENERAL These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. CONTRACT DOCUMENTS: In Section C 1-1.2 CONTRACT DOCUMENTS, delete Paragraph C1-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS(Advertisement) White SPECIAL INSTRUCTION TO BIDDERS White PART B - PROPOSAL(Bid) White M/WBE BID SPECIFICATIONS Golden Rod PART C - GENERAL CONDITIONS Canary Yellow PART C1 - SUPPLEMENTARY CONDITIONS Green PART D - SPECIAL CONDITIONS Green TWDB SUPPLEMENTAL CONTRACT CONDITIONS Green PART E - TECHNICAL SPECIFICATIONS White PERMITS/EASEMENTS White PART F - BONDS AND INSURANCE White PART G - CONTRACT White PART H - PLANS/FIGURES(may be bound separately) White C. DIRECTOR OF TRANSPORTATION AND " PUBLIC WORKS: Delete entire Paragraph C1-1.17,and replace with the following: C1-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth, or his duly authorized representative,assistant,or agents. D. DIRECTOR OF ENGINEERING: Add the following paragraph after C1-1.17 and before C1-1.18: C1-1.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth, referred to in the charter as the City Engineer, or his duly authorized representative assistant,or agents. rte, Part Cl Cl-1 E. ENGINEER: Delete entire Paragraph C1-1.19,and replace with the following: The Director of the Fort Worth Department of Engineer, the Director of Fort Worth Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. F. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2-2.3, Paragraph 2, delete entirely and replace with the following: "A geotechnical investigation was performed at the project site and is included in Appendix A. The report is titled Eagle Mountain Raw Water Intake and Pump Station Improvements Project, dated May 2005 by Fugro Consultants LP. Neither the Owner nor the Engineer guarantee that the data shown in the report is representative of conditions which actually exist except for changes in site conditions caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." G. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL,Page C2-2(4)exchange paragraphs C2-2.7,C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division,P.O.Box 17027,Fort Worth,Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud,the proposals for which non-consideration requests have been properly filed may, at the option of the Owner,be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal Part C 1 CI-2 H. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee(3)years. I. C3-3.5 AWARD OF CONTRACT is modified to read as follows: "The Owner reserves the right to withhold final action on the proposals for a reasonable time,not to exceed the period state for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." J. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987;(City let projects)make the following revisions: 1. Page C3-3(3);the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City,the surety must(1)hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph"g. LOCAL AGENT FOR INSURANCE AND BONDING". Pan Cl CI-3 K. INSURANCE. Change the following portions of C3-3.11 Insurance as shown below: 1. INSURANCE FOR SUBCONTRACTORS: At the end of the first paragraph of Section C3-3.11, after "and for all subcontractors", insert the following sentence: "The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.11 are met for all subcontractors. Failure of the OWNER to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor' liability shall not be limited to the specified mounts of insurance required herein." 2. INSURANCE LIMITS. In Section C3-3.11, after the word "occurrence", add "/aggregate". 3. COMPENSATION INSURANCE. Add the following to the end of Paragraph C3-3.1 la: "Worker's compensation insurance covering employees in the project site shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER." 4. COMMERCIAL GENERAL LIABILITY INSURANCE: In Paragraph C3-3.1 lb: Replace the word "Comprehensive" with "Commercial" Add the following to Paragraph C3-3.11 b: "Certificates of insurance shall state that Insurance is on an"occurrence basis." Certificate shall also contain a statement that no exclusions by endorsement have been made to the CommercialGeneral Liability Policy". 5. COMMERCIAL GENERAL LIABILITY (CGL) POLICY: Amend Paragraph C3-3.11c, Additional Liability by adding the following: a. Add the following to Section 6 CONTRATURAL LIABILITY: "The City, its offices, employees and servants shall be endorsed as additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Contractor's insurance policies shall be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by the OWNER shall not be called upon to contribute to loss recovery." b. Add the following paragraph: "When required by the Contract documents, Environmental Impairment Liability Coverage must be provided in the limits of$1,000,000 per occurrence and$2,000,000 annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The EIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s)." Part C1 C14 6. AUTOMOBILE INSURANCE LIMITS: Revise Paragraph C3-3.1 I so that the insurance ONE% limit are as follows: Bodily Injury $250,000 each person Bodily Injury $500,000 aggregate Property Damage $100,000 aggregate 7. PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3.11 f by inserting the following after the first sentence: "Other than Worker's Compensation Insurance, in lieu of specified insurance, the City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage." 8. LOCAL AGENT FOR INSURANCE AND BONDING: For Paragraph C3-3.11 g, delete entire paragraph beginning"Local Agent for Insurance Bonding". 9. DEDUCTABLE LIMITS: Add the following Paragraph C3-3.1 l.g: "DEDUCTIBLE LIMITS. The deductible limits or self-funded retention limits, on each policy must not exceed$10,000 per occurrence unless otherwise approved by the City." 10. INSURANCE COMPANY: Add the following Paragraph C3-3.1 l.h: "INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of"A:VII" or equivalent measure of financial strength and solvency." 11. NOTIFICATION: Add the following Paragraph C3-3.1 Li: "NOTIFICATION: During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing , of any known loss occurrence that could give rise to a liability claim or lawsuit or which could result in a property loss." 12. CANCELLATION: Add the following Paragraph C3-3.11 j: "CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non-renewal and/or material change in insurance policy terms or coverage. A minimum 10-day notice shall be acceptable in the event of non- payment of insurance premium to insurance company." 13. ADDITIONAL INSURANCE REQUIREMENTS: a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. Part C1 c1-5 c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups.The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance. in. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 14. CITY RESPONSIBILITIES: Add the following paragraph to the end of Section C3-3.11: "CITY RESPONSIBILITIES: The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." Part C 1 CI-6 15. ADDITIONAL INSURED All insurance policies for this project except Worker's Compensation shall be written with the City of Fort Worth, Tarrant Regional Water District, CH2M HILL, Inc., and Freese and Nichols,Inc. listed as additional insured. L. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1,L. Right to Audit(Rev. 9/30/02)pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. M. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C44 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C44.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. a Part C1 CI-7 N. LIMITATION OF INCIDENTAL CHARGES(Reference C4-4.5c): laww,, The Contractor agrees that should any change in the work of extra work be ordered,the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires an extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract O. TESTING COSTS: Section 5-5.12,revise the first sentence to read as follows: "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." P. LAWS TO BE OBSERVED: Section C6-6.1, delete "or which may be enacted later". After the word"exist"add"at the time of the Contract or may be hereafter exist during the performance of the Contract." Q. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer weekly. Plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." R. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever in appears with the word "flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures" S. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6-6.12,and replace with the following: "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, the Owner, its officers, agents, servants, and employees, from and against all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees Part C1 C 1-8 subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence of the Owner, its officers, agents, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and against any and all injuries to the Owner's officers, agents, servants, and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused, in whole or in part, by the negligence or alleged negligence of the Owner, its officers, agents, servants, or employees. In the event the Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b) provides the Owner with a letter from the Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract." T. STATE SALES TAX 1. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. 2. This contract.is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise,and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other construction costs and costs of material incorporated into the project construction prior to execution of this contract. 3. At the time of execution of the Contract Documents by the Contractor,the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a"Separated Contract". 4. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. 5. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." Part Cl C1-9 OFFICIAL RECO20 CITY MURRY Iy, WORTH, Ta. U. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections,or damage, and the Contractor shall be liable to the Owner for failure to correct the , same as provided herein. V. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate,payment shall be based upon 85%of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than$400,000 at the time of execution,retainage shall be ten per cent(10%). For contracts of$400,000 or more at the time of execution,retainage shall be five percent(5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount Part CI C1-10 4 of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. W. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting there from which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two(2)years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. X. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT,Page C8-8(5), add the following: C8-8.14 RIGHT TO AUDIT: a. Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. b. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, .papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. Part CI CI-11 C. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under- 10 cents per page 2. More than 50 copies- 85 cents for the first page plus fifteen cents for each page thereafter. Y. SCHEDULE OF COSTS: Add the following to Section C8-8: C8-8.15 SCHEDULE COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HVAC systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codeswhich will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System,and will not be considered in preparation of modifications to the Contract. Costs associated with the preparation and processing of this schedule of costs shall be subsidiary to the price bid. The Contractor will also provide a projected payment schedule tied to the project schedule and the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION Part Cl C1-12 PART D ANMI SPECIAL CONDITIONS City of Fort Worth Eagle Mountain Raw Water Intake Improvements PART D SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C—General Conditions and part C 1 —Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C—General Conditions and Part C1 —Supplementary Conditions of the Contract and this Part D,Part D shall control. FOR: EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS PROJECT NO. P164-060164052004 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions - The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both, for a period of two(2)years from date of final acceptance of this project by the City ofFort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions,drawings or details referred to by manufacturers name,or identification include therein as specifying,referring or implying product control,performance,quality,or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative;therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications,which general specifications shall govern performance of all such work. Part D Special Conditions.doc D-I 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements This contract and project, where applicable, may also be governed by the two following Published ' specifications,except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street,2nd Floor,Municipal Building,Fort Worth,Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor: General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as"non-responsive"and rejecting bids or voiding contract as appropriate as determined by the City Engineer. D-2 LOCATION AND DESCRIPTION OF PROJECT The Eagle Mountain Raw Water Intake is located at the southern edge of Eagle Mountain Lake on the southeast side of the damn. This Contract consists of the furnishing of all the material,equipment,labor and supervision necessary for the construction of the Eagle Mountain Raw Water Intake as shown on the plans and as described herein. The Eagle Mountain Raw Water Intake consists of two intakes and piping that deliver raw water to the existing Eagle Mountain Pump Station. The scope of work for this project, presented in greater detail in Section 0 10 10, includes the modification of the existing intakes and piping to add a new, third intake to increase the ultimate capacity of the delivery system to 220 mgd. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage("certificate"). A copy of a certificate of insurance,a certificate of authority to self-insure issued by the commission,or a coverage agreement(TWCC-81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. 2. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Part D Special Conditions.doc D-2 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake improvements 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors,leasing companies,motor carriers,owner operators,employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services" include,without limitation, providing,hauling,or delivering equipment or materials,or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project,for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being warded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project;and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten(10)days after the contractor knew or should have known„of any change that]materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice,in the text,form and manner prescribed by the Texas Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered,and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: Part D Special Conditions.doc D-3 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements 1. Provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project,for the duration of the project; 2. Provide to the Contractor,prior to that person beginning work on the project,a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; 3. Provide the Contractor,prior to the end of the coverage period,a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts,and provide to the Contractor: a.) A certificate of coverage,prior to the other person beginning work on the project;and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery,within ten(10)days after the person knew or should have known,of any change that materially affects the provision of coverage of any person providing services on the project;and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration ofthe project,that the coverage will be based on proper reporting of classification codes and payroll amounts,and that all coverage agreements will be filed with the appropriate insurance carrier or,in the case of a self-insured,with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: Part D Special Conditions.doc D-4 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements .A■w "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers'compensation insurance. This includes persons providing,hauling, or delivering equipment or materials,or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at(512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". D-4 PROJECT DESIGNATION SIGNS A project sign is required for this project. It shall be in accordance with the attached Figure 30A presented at the end of the Special Conditions. The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs,project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30,except that they shall be V-0"by 2'-0"in size. The information box shall have the following information: Eagle Mountain Raw Water Intake Improvements Project No: P164-060164052004 For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or (817)871-8300 Nights and Weekends Any and all cost for the required materials,labor,and equipment necessary for the furnishing ofProject Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-5 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth,Texas,in accordance with statutory requirements,as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid (see attached wage rates). When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict,the higher wage will be used. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However,the Owner assumes no responsibility for failure to show any or all of these structures on the Plans,or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. Part D Special Conditions.doc D-5 11110/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support,protection,relocation,and/or temporary relocation of all utility poles,gas lines, telephone cables,utility services,water mains,sanitary sewer lines,electrical cables,drainage pipes,and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut,broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction,or better,unless otherwise shown or noted on the plans,at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify.the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface,fencing,and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility,such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-•7 EXPLORATORY EXCAVATIONS In addition to those areas as may be designated on the Drawings,it shall be the Contractor's responsibility to excavate and locate existing utilities which may affect construction of the facilities. All exploratory excavations shall occur for enough in advance to permit any necessary relocation to be made with minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be considered to be , included in the total price bid for the project. D-8 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality,which the City believes necessary to procure'a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material,which has been specified. Where the term "or equal",or"or approved equal"is used,it is understood that if a material,product,or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term"or equal",or"or approved equal"is not used in the specifications,this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purposc. However,the Contractor shall have the full responsibility of proving that the proposed substitution is,in fact,equal,and the Engineer,as the representative of the City,shall be the sole judge ofthe acceptability Part D Special Conditions.doc D-f) 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D-9 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department,acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit.A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit,including any necessary Engineering studies,shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department,Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins,fiber mats,jute netting,temporary seeding,straw mulch,asphalt mulch,plastic liners, rubble liners,baled-hay retards,dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way,clearing and grubbing,the surface area of erodible-earth material exposed by excavation,borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams,other water courses,lakes,ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features,but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,mulching,seeding,and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic,temporary soil-erosion-control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are ne 10 e%sM � Part D Special Conditions.doc D-7 I'M BMW FT. V0sVARTb, TEX, City of Fort Worth Eagle Mountain Raw Water Intake Improvements otherwise approved in writing by the Engineer,mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams,such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams,lakes and reservoirs with fuels,oils,bitumen,calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D-11 UTILITIES The Contractor shall at his expense provide all utility services, including water,electricity,gas,telephone, etc.,as may be required by him and during the construction and testing period.The City may be able to make provisions for connections to the existing utilities provided that adequate service is available at appropriate points within the plant site;however,the Contractor shall make all necessary arrangements,furnish materials, and perform all labor and services for connections and metering. For utility services received by connections to utility lines owned by the City within the plant,the Contractor will be billed by the City each month. D-12 SUBSIDIARY WORK Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the proposal,shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-13 RIGHT OF ACCESS Representatives of the Texas Commission on Environmental Quality (TCEQ), Occupational Safety and Health Administration (OSHA), and City Code Inspectors shall have access to the project wherever and whenever it is in preparation or progress,and the Contractor shall provide proper facilities for such access. D-14 OSHA STANDARDS All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration(OSHA). It is the responsibility of the Contractor to become familiar with the provisions of regulations published by the OSHA in the Federal Register and to perform all of the responsibilities thereunder. Part D Special Cond.itions.doc D-8 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting form the Contractor's failure to so perform. D-15 TIME OF COMPLETION The Owner desires that all work under this contract be completed,in total,within 425 Calendar Days. Interim completion dates for various facilities shall be met and are described in Section 01040. Liquidated damages will be assessed the Contractor for failure to complete necessary work to meet these interim completion dates. Substantial Completion of the project shall be defined as completion of the intake structure, all piping and valves, and equipment, including electrical and instrumentation, have been installed, tested, and commissioned with approval by the Owner and Engineer. Substantial Completion shall be met within 365 calendar days from notice to proceed. The time period between Substantial Completion and Final Completion shall be scheduled for completing ancillary items which have no impact on the intake of water,such as painting. In the event the Contractor fails to meet the interim completion dates of the Project the Owner may withhold money permanently from the Contractor's total compensation at a rate of$5,000.00 per Calendar Day as Liquidated Damages until these interim dates are met.In the event the Contractor fails to meet the Substantial Completion date of the Project, the Owner may withhold money permanently from the Contractor's total compensation at a rate of$5,000.00 per Calendar Day as Liquidated Damages until Substantial Completion is met, including added expenses for pumping potable water from Holly and Rolling Hills Water Treatment Plants to Eagle Mountain Water Treatment Plant service area, and added expenses for engineering and inspection services. In the event the Contractor fails to complete the Project in total within the time set forth above,the Owner may withhold at a rate of$2,500.00 per Calendar Day as Liquidated Damages,including added expenses for engineering and inspection services. Delete the schedule of Liquidated Damages in Section C7-7.10 of the General Conditions. D-16 INTERPRETATION OF PHRASES Wherever the words "Directed", "Required", "Permitted", "Designated", "Considered Necessary", "Prescribed",or words of like import are used on the Plans or in the Specifications,it shall be understood that they are intended as Specifications,it shall be understood that they are intended as prerogative of the Owner and/or the Engineer; and,similarly,the words,"Approval","Acceptable","Satisfactory", or words of like import, shall mean approval,etc.,by the Owner and/or Engineer. Wherever in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms,the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words,terms,or clauses. Part D Special Conditions.doc D-9 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements D-17 TERMINATION It is understood and agreed that this contract may be tenminatcd by the City without obligation to the Contractor,in whole or from time to time in part,whenever such termination is determined by the City to be in the best interests ofthe City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination,specifying to what extent performance of the work under the contract is being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1. Stop work specified in the notice on the date and to the extent specified in the notice of termination. 2. Place no further order or subcontract except as necessary to complete work already underway. 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. D-18 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION Prior to the final inspection being conducted for the project,the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete.The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. Payment for substantial completion inspection,as well as final inspection,shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies,which are discovered at the time of final inspection. Final inspection shall be in conformance with general condition item"C5-5.18 Final Inspection"of PART C- GENERAL CONDITIONS. D-19 FINAL ACCEPTANCE After construction work is satisfactorily completed,the Owner shall make a final inspection of the project. The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with the Plans and Specifications and issue a written statement of final acceptance in accordance with Section C8-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After final acceptance,the Contractor shall provide a two -year guaranty in accordance with Section C 3-3.7 BONDS and C8-8.10 GENERAL GUARANTY,of the General Conditions,commencing the date of final acceptance. D-20 COOPERATION OF CONTRACTORS AND CITY It is expected that during various phases of the construction of this Project, other contract work, Eagle Mountain Raw Water Pipeline Project and the Eagle Mountain Raw Water Pump Station Improvements Project, , will also be in progress at the Eagle Mountain Raw Water Intake Improvements site. Each Contractor shall be required to cooperate to the fullest,each with the other,in coordinating work,eliminating conflicts with work or personnel at all times. In case of conflicts, the Engineer shall determine the responsibility or priority of work and his decisions shall be final. The estimated construction schedules for -MM% the other construction contracts are presented in Section 01035. Part D Special Conditions.doc D-10 11110105 City of Fort Worth Eagle Mountain Raw Water Intake Improvements D-21 INTERPRETATION OF REQUIREMENTS a. Interpretation: Any question as to interpretation of drawings and specifications or any questions arising after examination of premises must be referred to the Engineer in writing. No interpretation nor instructions given verbally by any persons will be considered valid. b. Lack of Understanding:Lack of understanding of Drawings and Specifications or failure to secure information concerning all conditions will not justify any claims,and extra compensation will not be made simply because of lack of such knowledge. D-22 HAZARDOUS AND TOXIC MATERIALS Insofar as permitted by law,the Owner shall indemnify and hold harmless the Contractor from and against any and all liabilities, losses,cost,damages and expenses,arising out of use of the materials at the Owners site which are not under the direct control of the Contractor,including,but not limited to,any and all liability resulting form personal injury, including death,property liability,at any time,however caused, due to the presence or release of,or exposure,whether to the person or property injured or otherwise,to any hazardous or toxic substance, provided, however, that the City liability shall be limited to that established in Article 6252-19,Texas Revised Code and other applicable State statutes and Constitutional provisions. D-23 AGE In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment,discriminate against persons because oftheir age except on the basis of bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-24 DISABILITY In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA'), Contractor warrants that if any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provision and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above-referenced law concerning disability discrimination in the performance of this agreement. Part D Special Conditions.doc D-11 11110105 City of Fort Worth Eagle Mountain Raw Water Intake Improvements D-25 (NOT USED) D-26 (NOT USED) D-27 INSURANCE Property insurance upon the entire work,including materials not in place at the site to the full insurable value thereof, is required. All Risk Builder's Risk Insurance shall include the interests of the Owner, the Contractor, Subcontractor and Sub-subcontractors in the work and shall include, but not be limited to,the perils of fire, lightning, flood,collapse,windstorm,hail,explosion,riot, civil commotion,smoke, aircraft, land vehicles,vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the Builder's Risk Policy shall be filed with the Owner and shall include a thirty(30)day notice of cancellation of policy provision. D-28 (NOT USED) D-29 (NOT USED) D-30 CONSTRUCTION MANAGER The General Conditions,Section C-1.19 ENGINEER defines various persons who may be designated as the Engineer. For the prosecution of this Contract,the term Engineer shall mean the Construction Manager as designated by the Director of the Fort Worth Water Department,together with members of the staff of the Construction Manager who are assigned to the Project. Any contacts the Contractor may wish to make with any City personnel or consulting engineers, shall be arranged through the Construction Manager. The Contractor shall not act upon any requests or instructions he may receive from any City personnel or consulting engineers nor shall he give instructions or directions to such persons without the approval or consent of the Construction Manager. D-31 PROJECT SUPERINTENDENTS The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent,as well as references from similar projects shall be submitted to the Owner,prior to the award of contract. This resident superintendent, if found to be acceptable, shall not be removed except under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a request is made for the replacement of the superintendent and shall be approved by the Owner prior to withdrawing the Superintendent. During the construction of the project the resident superintendent shall demonstrate an ability to properly execute the work outlined in the contract documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the resident superintendent upon written notice from the Owner. The resident superintendent shall be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative. The Contractor shall submit resumes for the Electrical and Instrumentation superintendents listing qualifications and experience records prior to the award of contract for approval by the Owner. All Part D Special Conditions.doc D-12 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements requirements for assignment and replacement of resident superintendents shall apply equally to Electrical and Instrumentation Superintendents. D-32 (NOT USED) D-33 CONTRACTOR'S OFFICE The Contractor shall furnish necessary construction field office trailers for the Contractor's and subcontractor's use. These facilities shall be located within Contractor's Staging Area as shown on the Drawings. This area,to be constructed by the Contractor, shall also house the field office for the Resident Project Representative. Contractor shall provide temporary water,sewer,power,and phone utilities to the temporary construction offices. Temporary 480 volt power is available from the existing raw water pump station. Contractor shall provide temporary meters, step down transformers, breakers, etc. as required to supply power to the trailers. Contractor shall remove all temporary facilities at the end of construction. Contractor shall be responsible for obtaining all City permits required for the trailer and associated utilities. Power costs will be back-charged to the Contractor at the end of the job by means of deductive Change Order. D-34 (NOT USED) D-35 SANITARY FACILITIES FOR WORKMEN As set forth in the General Conditions, Section C6-6.4,the Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. The Contractor shall also provide adequate drinking water facilities. The Contractor and his subcontractors and workmen shall not use the existing plant sanitary facilities. D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION Payments for mobilization and/or demobilization may be approved on periodical estimates for the percentage completed. The payment for mobilization shall not exceed three and one third(3 1/3%)percent of the total contract amount. Demobilization shall equal one half ('/Z) the mobilization cost. Total payment for mobilization and demobilization will be made to the Contractor when each is complete. D-37 SEQUENCE OF CONSTRUCTION Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a construction schedule and sequence of operation. The construction schedule shall be prepared in accordance with Sections 01040 and 01315. D-38 CONSTRUCTION LAYOUT The Owner will provide at the site of the work horizontal control in the form of grid reference points and vertical control in the form of bench marks. From the controls established by the Owner,the Contractor shall be responsible for the complete layout of the work and for establishing lines and elevations as needed during construction. The Contractor shall furnish at his own expense labor, including the services of competent personnel, equipment, including accurate surveying instruments, stakes, templates, platforms, tools, and materials as may be required for laying out any and all parts of the work. The Engineer will be available for assistance in an advisory capacity. Part D Special Conditions.doc D-13 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements D-39 WARRANTY CERTIFICATES The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with the design and specification of this contract and contains no defect of material or workmanship. In the event of failure of any part or parts of the equipment during the two years of service following final project completion,due to defects of design,materials,or workmanship,the affected part or parts shall be replaced promptly upon notice by the Contractor. All replacement parts shall be furnished,delivered and installed at the expense of the Manufacturer. All warranty certificates or manufacturer's guarantees,for equipment purchased by the Contractor shall be issued in the name of the City of Fort Worth. D-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS The Contractor shall receive no compensation for delays or hindrances to the work,except when direct and unavoidable extra costto the Contractor is caused by the failure ofthe City to provide information or material, if any,which is to be furnished by the City. When such extra compensation is claimed,a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work,or by the failure ofthe City to provide material or necessary instructions for carrying on the work,then such delay will entitle the Contractor to an equivalent extension of time,his application for which shall,however,be subject to the approval ofthe City Council;and no such extension of time shall release the Contractor or the surety on his Performance Bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. D-41 PROGRESS PHOTOGRAPHS The Contractor shall take photographs of the project site prior to construction, monthly during the construction of the project, and after completion of the project. Photographs shall be taken with a quality digital camera with date back capability,with lenses ranging form wide angle to 135mm. Photographs shall be taken at locations designated by the Engineer. Two glossy color 3"x 5"prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name,date and time,location,direction of exposure,and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate duality are not produced from exposures,additional photographs shall be taken immediately. Floppy disks with each of the digital photographs stored shall also be provided. The Contractor shall provide forty-eight (48) photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs,and continuing as long as the work is in progress, twenty-four(24)monthly photographs shall be taken to accurately record the work that has progressed during that period. Photographs are to be submitted with the monthly Partial Pay Request in plastic binders. After the project has been completed and all construction trailers, materials etc. have been removed, the Contractor shall employ a professional photographer approved by the Engineer to photograph the project. Twenty-four (24) photographs are to be taken. Two (2) eight by ten (8" x 10") glossy color prints and negatives are to be provided for each photograph. Negatives shall be of a quality to permit enlargements. Contractor shall also produce a preconstruction videotape of the site,including;all areas in the vicinity of and to be affected by construction. This videotape shall be provided to the Owner. Part D Special Conditions.doc D-14 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements IoMkl D-42 SUBMITTALS The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure that the values,material,equipment,or method of work shall be as described in the submittal. All submittals must be stamped by the Contractor,indicating that they have been checked by the Contractor for compliance with Contract Documents and approved by the Contractor,or contain certifications as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications will be returned to the Contractor without processing. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer of each case where the proposed change may affect the work of another Contractor or Owner. The Contractor shall ensure coordination of submittals among the related crafts and Subcontractors. Submittals will not be accepted from Subcontractors or suppliers. The Contractor shall assign a number to each submission provided to the Engineer to allow each submittal to be tracked while processing through the review procedures. Submittals shall be accompanied by the Submittal Transmittal Form provided by the Engineer. A separate form shall be used for each specific item,class of material,equipment,and items specified in separate discrete sections,etc.,for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package, or are so functionally related that they should be checked as a unit. Assignment of numbers shall be by means of a letter prefix,a sequence number,and letter suffix to indicate resubmittals. Refer to Section 01300 for detailed submittal requirements. Applicable Prefixes are: CO - Change Order CMR - Contractor's Modification Request CTR - Certified Test Report EIR - Equipment Installation Report FO - Field Order MIS - Miscellaneous Submittals NBC - Notifications by Contractor OM - Operation and Maintenance Manual PCM - Proposed Contract Modifications PE - PeriodicaI Estimate for Partial Payment RFI - Request For Information PP - Progress Photographs RD - Record Drawing SD - Shop Drawing SCH - Schedule of Progress The sequence number shall be issued in chronological order for each type of submittal. Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the Engineer for processing. As an example,a submittal with the number RD-025 indicates that he submittal is the 25th loom%, item of Record Data submitted. Part D Special Conditions.doc D-15 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not require that any response be given for the material. Contractor shall maintain a log of submissions to allow the processing of Contractor's submittals to be monitored. Logs will be reviewed periodically to determine that all submittals are received and processed. Submittal numbers are to be clearly noted on each page or sheet of the submittal. In addition, each submittal shall have a cross-referenced identification number relating to the specification that the submittal applies. The identification number shall be per Section 01300. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. D-43 RECORD DRAWINGS a. General:During prosecution of the work,the Contractor shall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded with actual works done. Deviations and changes shall be marked in red on a full-size set of drawings. b. Delivery:Record Drawings shall be delivered to the Engineer in good condition upon completion and acceptance of the work and before final payment is made. c. Requirements: Record Drawings shall be required for all work performed as a part of this project. .-ow. D-44 SHOP DRAWINGS Equipment and material covered in PART E-SPECIFICATIONS shall have Shop Drawings and Operation and Maintenance Manuals submitted in accordance with Sections 01300 and 01730;regardless if reference is or is not made to Sections 01300 or 01730 within the section of the specification under which the equipment or material is purchased. D-45 REQUEST FOR INFORMATION When necessary, the Contractor shall request additional information, clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between contract documents or when the Contractor believes there is a conflict between the drawings and specifications, he shall identify the conflict and request clarification using the Request for Information (RFI) form provided by the Engineer. Sufficient information shall be attached to permit a written response without further information. The Engineer will log each request and will review the request. If review of the project information request indicates that a change to the contract documents is required,the Engineer will issue a Proposed Contract Modification as described in Paragraph D-46. D-46 CONTRACTOR MODIFICATION REQUEST/PROPOSED CONTRACT MODIFICATION Any change in the contract documents that is requested will be initiated by the Contractor issuing a Contractor's Modification Request or by Engineer issuing a Proposed Contract Modifications on the form provided by the Engineer. Proposals will be reviewed by the Owner and if found acceptable will be incorporated in a Change Order in accordance with Section C4 ofthe GENERAL CONDITIONS,or by Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS. Part D Special Conditions.doc D-16 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements The Contractor's Modification Request shall fully identify and describe the deviations and associated costs, and state the reason the change is requested. Any savings in cost related to the substitution is to be stated in the request for consideration. D-47 RECORD DATA Record Data shall be submitted to provide information as to the general character,style and manufacturer of the equipment to allow the Owner to adequately identify the materials or equipment incorporated into the project. Record Data shall be provided for all equipment and materials of construction. Record Data are not required for items which Shop Drawings and/or Operations and Maintenance manuals are required. Record Data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors,model numbers and other information which would allow this material to be replaced at some future date. Record Data will be received by the Engineer and logged for transmittal to the Owner. Record Data will not be reviewed for comment and no response will be made to the Contractor. D-48 EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the equipment supplier performing the installation check for equipment as required. This report shall certify that 1)the equipment has been properly installed and lubricated,2)is in accurate alignment, 3) is free from any undue stress imposed by connecting piping, equipment, or anchor bolts,and 4)has been operated under full load conditions and that it is operating satisfactorily. D-49 NOTIFICATION BY CONTRACTOR Written notification of the need for testing,observation of work by Engineer,intent to work outside of regular working hours, or the request to shutdown the facilities or make utility connections shall be given to the Engineer by issuance of a Notification By Contractor on a form provided by the Engineer. D-50- ALTERATION OF CONTRACT DOCUMENTS Paragraph C4-4.4 of the General Conditions shall be modified as follows: By Change Order or Field Order,the Owner reserves the right to make changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes are consistent with the overall intent of the Contract Documents. A Field Order is a written order issued by the Engineer which authorizes minor changes or alterations in the work that do not involve changes in the Contractor Time or Contract Amount. Modifications to the contract can only be authorized by a Change Order or Field Order. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. If Contractor believes that a minor change or alternation authorized by Field Order entitles him to an increase in contract amount or contract time, he shall not proceed with the work and shall, within 10 days after receiving the Field Order, so advise the Engineer in writing and request that a Change Order be issued in accordance with paragraph C4-4.5 of the General Conditions. Part D Special Conditions.doc D-17 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements D-51 UNDERWRITER'S LABORATORIES LABELING All electrical materials and equipment to be installed as part of this project shall bear the label of Underwriters' Laboratories, Inc. (UL) or other testing laboratory approved by,the City of Fort Worth Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a mechanical equipment package, such as pumps, blowers, etc. The label shall be provided prior to the equipment being shipped to the project site. D-52 STORMWATER POLLUTION PREVENTION PERMIT:As defined by Texas Commission on Environmental Quality(TCEQ)regulations,a Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required for all construction activities that result in the disturbance of one to five acres(Small Construction Activity)or five or more acres of total land(Large Construction Activity). The contractor is defined as an"operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/permitting/water pemi/wwpermlconstruct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities(BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoffhtml. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT(NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water&General Permits Team;MC-228 P.O.Box 13087 Austin,TX 78711-3087 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management 5000 MLK Freeway Fort Worth,TX 76119 NOTICE OF TERMINATION(NOD:For all sites that qualify as Large Construction Activity,the contractor shall sign, prior to final payment, a TCEQ Notice of Termination(NOT)form prepared by the engineer.It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water&General Permits Team;MC-228 P.O.Box 13087 Part D Special Conditions.doc D-18 11/10/05 City of Fort Worth Eagle Mountain Raw Water Intake Improvements Austin,TX 78711-3087 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. The SWPPP will be prepared by Engineer. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbound copies of all forms to be submitted to the Texas Commission on Environmental Quality. LARGE CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES:A Notice of Intent(NOI)form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities.The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP.Deviations from the plan must be submitted to the engineer for approval.The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to fully conform to the requirements of the Permit.The contractor must keep a copy of the most current SWPPP at the construction site.Any alterations to the SWPPP proposed by the contractor must be prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee,or,when another permitted operator assumes control over all areas of the site that have not been finally stabilized. ^* SMALL CONSTRUCTION ACTIVITY-DISTURBED AREA EQUAL TO OR GREATER THAN l ACRE BUT LESS THAN 5 ACRES: Submission of NOI form is not required.However,a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above.A SWPPP,prepared as described above,shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents.The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control.The controls may include,but not be limited to,silt fences,straw bale dikes,rock berms,diversion dikes,interceptor swales,sediment traps and basins,pipe slope drain,inlet protection,stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG"BMP Manual."Deviations from the proposed control measures must be submitted to the engineer for approval. END OF SECTION Part D Special Conditions.doc D-19 11/10/05 WAIS Document Retrieval GENBRAL DECISION: TX2D030045 02/25/2005 TX45 Tate: February 25, 2005 General Decision Number: TX20030045 02/25/2005 Superseded General Decision Number: TX020045 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGiIWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. H1011WAY CONSTRUCTION PROJECTS ONLY FOR RBMAINMG COUNTIES. modification Number Publication Date 0 05/13/2003 1 01/14/2005 2 02/25/2005 BUTX2004-004 11/09/2004 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 Sweeper Operator. . . . . .$ 9.88 0.00 Bulldozer operator. . . . . . . . . . . . .$ 13.22 0.00 Carpenter. . . . . . . . . . . . . . . . . . .$ 12.80 0.00 concrete Finisher, Paving. . . . . .$ 12.65 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 guilder/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, Common. . . . . . . . . . . . . . . .$ 9.19 0.00 Laborer, utility. . . . . . . . . . . . . . .$ 10.65 0.00 Mechanic. . . . . . . . . . . . . . . .. . . . . . .$ 16.97 0.00 Milling Machine operator, Fine Grade. . . . . . . . . . . . . . . . . . . . .$ 11.63 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. . . . . . . . . . . . . . . . . . . . . . . . .S 14.96 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. . . . . . . . . . . . .$ 10.93 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. . . .*? 3.2.08 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 ---------------------------------------------------------------- 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) ) . ---------------------------------------------------------------- In the listing above, the n5VIr designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be.- * e:* 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: Hrarnch 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, K.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. 30 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.B. Department of Labor 200 Constitution Avenue, N.W. IFFICIAU RON& CRY 310116:11EYARY ET. NVITH, TEX. Washington, DC 20210 4.) All decisions by the Administrative Review ward are final. ^--------era----------�=o---------eam------------ea=c------------ END OF GMRAL DSCISION (Blue Blue) /Z,.S' / 13, : s• Dark WORTHour Water White Bronze Funds In 1 ctl on Background PROJECT NAME .. PROJECT ! 00.0-00000-00/00-00000-00 SOOO.000.00 Dark project, (Weekdays 0 A NI to 0 Blue • 00 �s 311 RadIUS . PROJECT SIGN Figure 30 A Scale 1"— P TEXAS WATER DEVELOPMENT BOARD SUPPLEMENTAL CONTRACT CONDITIONS Te: T1s Water Development Board SUPPLEMENTAL CONTRACT CONDITIONS For Projects Funded through the Clean Water State Revolving Loan Program (Tier 3) and Drinking Water State Revolving Loan Program Supplemental Contract Conditions CWSRF Tier 3, and DWSRF Table of Contents Instructions to Bidders Conditions: 1. Minority and Women-Owned Businesses Goals 2. Contingent Award of Contract . 3. Equal Employment Opportunity and Affirmative Action 4. Debarment and Suspension Certification 5. Bid Guarantee 6. Nonresident Bidder Forms to be submitted with bids (attached) • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • SMWBE Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) Construction Contract Supplemental Conditions Conditions: 1. Supersession 2. Privity of Contract 3. Definitions 4. Laws to be Observed 5. Review by Owner,and TWDB 6. Performance and Payment Bonds 7. Progress Payments and Payment Schedule 8. Workman's Compensation Insurance Coverage 9. Changes 10. Prevailing Wage Rates 11. Contract Work Hours Requirements (29 CFR 5.1, & 5.6) 12. Equal Employment Opportunity and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8,4.2, and 4.3) 13. Debarment and Suspension (40 CFR 32,Appendix B) 14. Minority and Women-Owned Business Enterprise Requirements 15.Archeological Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18. Project Sign 19. Operation and Maintenance Manuals and Training 20. As-built Dimensions and Drawings Forms to be submitted with executed contracts: • Contractor's act of Assurance(FD-103) • Contractor's Resolution on Authorized Representative (ED-104) • Prime Contractor Affirmative Steps Solicitation Report (WRD-216) • SMWBE Self-Certification(WRD-218) Forms to be submitted during construction: • Loan/Grant Participation Summary (WRD-373) 2 TWDB SUPPLEMENTAL CONDITIONS Any conflict between the City of Fort Worth Contract Documents and the TWDB Supplemental Conditions,City of Fort Worth Contract Documents shall control. For: EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENTS PROJECT NO. P 164-060164052004 Instructions to Bidders 1. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE GOALS - This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. This contract is subject to the EPA established Minority Business Enterprise (MBE)/Women's Business Enterprise (WBE) "fair share" goals: MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%;EQUIPMENT 5%. WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%; EQUIPMENT 7.6%. TWDB document Guidance on Utilization of Small,Minority and Women Owned Businesses, SRF- 52 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217) with the bid,to demonstrate the Prime Contractor's understanding and commitment to taking affirmative steps. The contractor must provide the Owner with the information required for SMWBE Certification and Participation Summary, TWDB document SRF-373 and provide sufficient documentation (TWDB WRD-216)that a"good faith effort"was made in offering fair opportunity for participation by qualified SMWBE firms. This information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding of this contract. 2. CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency (U.S. EPA.) Neither the State of Texas,or U.S. EPA nor any of its departments,agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment-All qualified applicants will receive consideration for employment without regard to race,color,religion, sex, age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375,and as supplemented in Department of Labor regulations 41 CFR Part 60. WRD-702C Revised 2-28-2005 3 The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) must be submitted with the bid. 4. DEBARMENT AND SUSPENSION CERTIFICATION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the provisions the federal Debarment and Suspension requirements of 40 CFR Part 32, including but not limited to Appendix B as follows: Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 4.1. By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. 4. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4.3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. " 4.4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant,person,primary covered transaction,principal,proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 4.5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9,subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 4.6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled"Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 4.7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4,debarred, suspended,ineligible,or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to,check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 4.8.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. WRD-702C Revised 2-28-2005 4 4.9.Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies, including suspension and./or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1)The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 5. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183). If a bid bond is provided,the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 6. AWARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. (Source: Texas Government Code Chapter 2252 Subchapter A Nonresident Bidders, (§ 2252.002.) The bidder will complete form WRD-259 which must be submitted with the bid. Forms to be submitted with Bid: • Certification Regarding Debarment, Suspension, and Other Responsibility Matters (SRF-404) • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • Prime Contractor Affirmative Steps Certification and Goals (WRD-217) • Vendor Compliance with Non-Resident Bidder Requirements (WRD-259) WRD-702C Revised 2-28-2005 5 Construction Contract Supplemental. Conditions Conditions: 1. PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 2. DEFINITIONS (a) The term Owner means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representative thereof. 3. LAWS TO BE OBSERVED In the execution of the Contract,the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board,and their representatives against any claim arising from violation of any such law,ordinance or regulation by himself or by his subcontractor or his employees. 4. REVIEW BY OWNER, and TWDB (a) The Owner,authorized representatives and agents of the Owner, and TWDB shall,at all times have access to and be permitted to observe and review all work,materials,equipment,payrolls, personnel records,employment conditions,material invoices, and other relevant data and records pertaining to this Contract,provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 5. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. (c)The contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. WRD-702C Revised 2-28-2005 6 6. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work,the anticipated monthly payments to become due the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN -The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c) Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies,to the Engineer for his review. Except as provided in Paragraph(3)of this subsection,the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date,the value of materials properly stored on the site and deducting (1) five percent(5%) minimum of the total amount, as a retainage and(2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement(or cost breakdown approved pursuant to section 6.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a Municipal Utility District,or Water Control and Improvement District. The retainage shall be ten percent minimum of the amount otherwise due until at least fifty percent of the work has been completed. After the project is fifty percent completed,the District may reduce the retainage from ten percent to no less than five percent. (4) The five percent(5%) minimum retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5%and the O�\lner is not legally exempted from the condition(i.e certain types of water districts). WRD-702C Revised 2-28-2005 7 The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. (d) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers,or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards) and other general and special conditions elsewhere in this contract. (e) Final Payment. (1) Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract,except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this ., contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract,the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown(if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor undcr this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 7. WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. WRD-702C Revised 2-28-2005 8 (c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d)The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: (1) "Building or construction" includes: (A) erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; (B)remodeling, extending, repairing, or demolishing a structure; or (C) otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 8. CHANGES (a)The Owner may at any time,without notice to any surety, by written order,make any change in the work within the general scope of the contract,including but not limited to changes: (1)In the specifications(including drawings and designs); (2) In the time, method or manner of performance of the work; (3) In the Owner-furnished facilities, equipment, materials, services or site, or (4) Directing acceleration in the performance of the work. (5) The original contract price may not be increased under this section by more than 25 percent. The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Government Code 271.060) (b)A change order shall also be any other written order(including direction,instruction, interpretation or determination) from the Owner which causes any change, provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. (c)Except as provided in this clause, no order, statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract,whether or not changed by any order,the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph(a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible,the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e)If the contractor intends to assert a claim for an equitable adjustment under this clause,the contractor must, within 30 days after receipt of a written change order under paragraph(a)( I)or the furnishing of a written notice under paragraph(a)(2), submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30- day period. The contractor may include the statement of claim in the notice under paragraph(2) of this changes clause. (f)No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g) Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. WRD-702C Revised 2-28-2005 9 9. PREVAILING WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. The applicable provisions include,but are not limited to the following: § 2258.021. Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1)not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection (a) does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch. 165, § 18.01,eff. Sept. 1, 1997. §2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 2258.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled•to collect a penalty under this section only if the municipality has a population of more than 10,000. Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff. Sept. 1, 1995. §2258.024. Records (a)A contractor and subcontractor shall keep a record showing: (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and (2)the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff. Sept. 1, 1995. §2258.025. Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff. Sept. 1, 1995. 10. CONTRACT WORK HOURS REQUIREMENTS (29 CFR 5.1, & 5.6) -This provision only applies to Clean Water State Revolving Fund Program projects and WRD-702C Revised 2-28-2005 Ciff sit"NERN FT. W1,01TH, TEL Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, including but not limited to the following. Sec. 5.5 Contract provisions and related matters. (a)omitted. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1),(2),(3), and(4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph,the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements.No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b)(1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards,employed in violation of the clause set forth in paragraph(b)(1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant Owner) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1)through(4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(b)(1)through(4) of this section. (c) In addition to the clauses contained in paragraph(b),in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1,the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen,working on the contract. Such records shall contain the name and address of each such employee,social „secmity-mmrilpr,correct classifications,hourly rates of wages paid, daily and weekly number of hours workod4 deductions made, and actual wages paid. Further,the Agency Head shall cause or WRD-702C Revised 2-28-2005 11 require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the(write the name of agency)and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 11. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than $10,000. During the performance of this contract,the Contractor agrees as follows: (a)The Contractor will not discriminate against any employee or applicant for employment because of race,color,religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race,color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment,upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for ,.,n-, employment without regard to race, color, religion, sex,age,handicap,or national origin. (c)The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers'representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985),and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations,or orders,this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of WRD-702C Revised 2-28-2005 12 September 24, 1965,or by rule,regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a)through(g) in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation'of the Contract,the Executive Order,and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers(512)229-5835. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 12. DEBARMENT AND SUSPENSION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. 13. MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES -This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. WRD-702C Revised 2-28-2005 13 (a) The Contractor shall, if awarding sub-agreements,to the extent appropriate for the goals listed in the instructions to bidders make a good faith effort to use minority and women business when possible as sources of supplies, construction, equipment and services by taking the following ,., steps: (1) Including qualified small, minority, and women's businesses on solicitation lists; (2) Assuring that small,minority, and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into small tasks or quantities to permit maximum participation of small, minority, and women's businesses; (4) Establishing delivery schedules,where the requirements of the work permit, which will encourage participation by small,minority, and women's businesses; and (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S. Department of Commerce, as appropriate. (b)The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in SRF-052, Texas Water Development Board Guidance for Utilization of Small,Minority& Women-Owned Businesses in Procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned Business Participation. 14.ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However,the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6- 41.10, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun,the Contractor shall immediately cease operations in that particular area and notify the Owner,the TWDB, and the Texas Antiquities Committee,P.O. Box 12276, Capitol Station,Austin,Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. WRD-702C Revised 2-28-2005 14 15. ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act --* (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction,the Contractor shall immediately cease work in the area of the encounter and notify the Owner,who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department,obtaining any necessary approvals or permits to enable the work to continue,or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 16.HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work,wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 17. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 18. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings,product data,and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted,noting necessary corrections and revisions. If the Engineer rejects the manual,the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3)times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained,qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct . operating personnel in the proper manner of performing routine operation and maintenance of the equipment. WRD-702C Revised 2-28-2005 15 (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install,test,and start-up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number,model, serial number, and location of parts and service centers. (2) A list of recommended stock of parts, including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 19. AS-BUILT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical)of all facilities. (b) Upon completion of each facility,the Contractor shall furnish Owner with one set of direct prints,marked with red pencil,to show as-built dimensions and locations of all work constructed. As a minimum,the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions,and changes to scope of work. (5) Any other changes made. Forms to be submitted with executed contracts: • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative (ED-104) • Prime Contractor Affirmative Steps Solicitation Report(WRD-216) • SMWBE Self-Certification(WRD-218) Form to be submitted during construction: '* • Loan/Grant Participation Summary(SRF-373) WRD-702C Revised 2-28-2005 16 ED-101 01/03/00 .+a►. SITE CERTIFICATE This is to certify that the (Legal Name of Applicant,i.e.,City,District,etc.) has now acquired, taken bona fide options on, or initiated formal condemnation proceedings against all property (sites, easements, rights-of-way, or specific use permits) necessary for construction, operation and maintenance of(water) (wastewater) facilities described as (Proposed Contract No.and Description) in accordance with plans and specifications approved by the Texas Water Development Board. Any deeds or documents required to be recorded to protect the title(s)held by (Legal Name of Applicant) have been recorded or filed for record wherever necessary. In the event of conflicts with existing underground utilities, or to preserve unknown cultural or historic resources,the ame of Applicant) has the right of eminent domain and will take condemnation action, if necessary, to acquire any sites, easements or rights-of-way which may be required to change the location of any of the facilities described above; and upon acquisition of the rights-of-way and recording of documents, will submit another site certificate to that effect. EXECUTED this day of , 20 (Signature) (Title) Note: This certificate MUST BE EXECUTED BY AN ATTORNEY OR AN ABSTRACTOR qualified to evaluate the Applicant's interest in the site and make such a determination. WRD-702C Revised 2-28-2005 17 ED-103 01/03/01 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME, , a Notary Public duly commissioned and qualified in and for the County of in the State of Texas came and appeared as represented by .the corporation's ,who declares he/she is authorized to represent pursuant to provisions of a resolution adopted by said corporation on the day of ,20 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of declares that assures the Texas Water Development Board that it will construct project at _, Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. GIVEN UNDER MY HAND and seal of office this day of 200 A.D. Printed Name My Commission expires WRD-702C Revised 2-28-2005 18 ED-104 5/19/02 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE lo"` {tc "CONTRACTOR'S ACT OF ASSURANCE RESOLUTION") Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the meeting name of corporation on the day of , 20_,that and , be, and hereby is, authorized to act on behalf of ,as its name of corporation representative, in all business transactions conducted in the State of Te.Nas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this day of .20 Secretary (seal) WRD-702C Revised 2-28-2005 19 SRF-404 (5/13/91) SRF Number CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(Federal, State, or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local)with commission of any of the offenses enumerated in paragraph(1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more r•�, public transactions(Federal, State,or local)terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Matthew Walsh/President 'Biped ame& i Jeof A t orized Representative ignature of Authorized presentative Date I am unable to certify to the above statements. My explanation is attached. offica 11 CRY w 111ARY fit WRD-702C Revised 2-23-2005 20 PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217) To be completed by Prime Contractor and submitted to TWDB by Applicant/Entity.(6-1-oo) A.TWDB; B Applilc ntl Entity Pro ect No Name C..PROGRAM.TYPE Check One DRINKING WATER SRF(DWSRF) ❑ CLEAN WATER SRF(CWSRF)U City of Fort Worth COLONIA WASTEWATER(CWTAP) ❑ Other(Describe)❑ D. PRIME CONTRACTOR: E Contract Amount: Archer Western Contractors, Ltd. F.Street Address, City,State,Zip code: 2121 Avenue 'J' , Suite 103, Arlington, TX 76006 41, G GOOD FAITH EFFORT I understand that it is my responsibility to comply with all state and federal regulations and guidance in Utilization of Small,Minority&Women-Owned Businesses in Procurement. I certify that I will make a "good faith effort"to afford opportunities for SBE, MBE,WBE and SBRA participation by: 1. including qualified SBEs,MBEs, WBEs and SBRAs on solicitation lists; 2. soliciting potential SBEs,MBEs, WBEs and SBRAs; 3. making efforts to divide total requirements,when economically feasible,into small tasks or quantities to permit maximum participation of SBEs,MBEs, WBEs and SBRAs; 4, making efforts to establish delivery schedules,where the requirements of the work permit which will encourage participation by SBEs,MBEs,WBEs and SBRAs; 5.making efforts to use the services and assistance of the Small Business Administration and the Minority Business Development Agency,U.S.Department of Commerce,as appropriate;and 6.submitting documentation to the Applicant demonstrating"good faith"efforts. e. SiibcrtI (on-;=Estimates - 1. Number of Subcontracts: 2 !?rocitremerit . - 3.;MBE Awards 4 fi-', 4 WBE Awards ,F Category Total Amount Amount Percent Amount Percent 1. Construction ( 730 opp •_° y `3o Zao'� ?•6f�� 2. Supplies 3. Equipment 4. Services ' i�rgna erg a nntractor n J�Title , K pate* E : / President 12/22/05 12 L St r ,u e:A , Iicant/Entit' .Auth0",rized Re resentative , M.Title :" N z= ., HR :C*.'FOR`fUNDB;LISE ONLY g �COmpietton Check by` Review Engineer Signature: Date: 2MWBE;Revteyrr�by SMWBE Coordinator Signature: Date: SMWBE COORDINATOR COMMENTS: WRD-702C Revised 2-28-2005 21 WKD-1h/ 7-25-02 W RD-255 09/12/01 BIDDER'S EEO/NSF CERTIFICATIONS (WRD-255) Project Name Eagle Mountain Raw Water Intake Improvements Project Number P164-060164052004 Contract For City of Fort Worth, Texas The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: (�I have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. (v)'I have participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( ) I have not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. (will obtain a similar certification from any proposed subcontractor(s), when appropriate. B. NONSEGREGATED FACILITIES ( ) I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Matthew Walsh/President Typed `Titl�q Bidde ' Authorized Representative i � - Signature of Bidder's Authorized Representative December 22, 2005 Date Archer Western Contractors, Ltd. 2121 Ave. 'J' ,#103, Arlington, TX 76006 Name&Address of Bidder WRD-702C Revised 2-28-2005 22 WRD-259 3/20/02 VENDOR COMPLIANCE WITH RECIPROCITY ON NON-RESIDENT BIDDERS Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non- resident bidder must bid projects for construction, improvements,supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. This requirement does not apply to a contract involving Federal funds. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. 4 J Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in Georgia (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas: BIDDER: Archer Western Contractors, Ltd. Company Arlington, TX 76006 City State Zip Matthew Walsh By. (please prin) 91gn'at ure C President Title: (please print) THIS FORM MUST BE RETURNED WITH YOUR BID Corporate Address: 3715 Northside Parkway, NW Building 100, Suite 550 Atlanta, GA 30327 WRD-702C Revised 2-28-2005 23 PART E TECHNICAL SPECIFICATIONS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01010 SUMMARY OF WORK PART1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The completed Work will provide Owner with a new raw water intake delivery system. B. The work includes the addition of one new intake to the existing Eagle Mountain Intake facility, addition of 54-inch raw water piping and associated valves, addition of air compressor for pneumatic valve operation, and modification of existing access platform. 1.02 PROVISIONS FOR FUTURE WORK A. Provisions for future construction are as shown. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CVO/321068A NOVEMBER 7, 2005 01010 1 SUMMARY OF WORK EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01035 CONTROL OF WORK PART1 GENERAL 1.01 PLANT A. The Contractor shall furnish plant and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Agreement. If at any time such plant appears to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid,he may order the Contractor to increase the efficiency,change the character or increase the plant and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of work and rate of progress required. 1.02 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside of City of Fort Worth Property,rights-of-way, or easements, except by written permission of the respective landowner. 1.03 PIPE LOCATIONS A. Pipelines, electrical conduits, and other underground utilities shall be located substantially as indicated on the Drawings,but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 1.04 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen.Bridges provided for access during construction shall be removed when no longer required. The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard,or if it excessively restricts traffic at any point, CVO/321068A NOVEMBER 7; 2005 01035 1 CONTROL OF WORK EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT the Engineer may require special construction procedures, such as limiting the length of the open trench,prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. B. The Contractor shall take precautions, such as fences and barricades,to prevent injury to the public due to open trenches. All trenches, excavated material,equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. 1.05 TEST PITS A. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Engineer.Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. 1.06 MAINTENANCE OF TRAFFIC A. Unless permission to close a street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, - erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. B. Detours around construction will be subject to the approval of the Owner and the Engineer. Where detours are permitted,the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured,the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. C. The Contractor shall take precautions to prevent injury to the public due to open trenches.Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. The Contractor shall be fully responsible for damage or injuries whether or not police protection has been provided. 1.07 BLASTING A. No blasting shall be allowed unless approved in writing by the City of Fort Worth. CVO/321068A NOVEMBER 7,2005 01035 2 CONTROL OF WORK EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.08 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be responsible for the preservation of all public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, at his expense,to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in some other manner acceptable to the Engineer. 1.09 MAINTENANCE OF FLOW A. The Contractor shall,at his own cost,provide for the flow of watermains, sewers, drains and water courses interrupted during the progress of the work, and shall immediately cart away and remove all offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Engineer well in advance of the interruption of any flow. 1.10 COOPERATION WITHIN THIS CONTRACT A. The Contractor shall cooperate with Subcontractors or trades,and shall assist in incorporating the work of other trades where necessary or required. B. Cutting and patching, drilling and fitting shall be carried out where required by the Contractor and his Subcontractor having jurisdiction,unless otherwise indicated herein or directed by the Engineer. 1.11 WORK PERFORMED BY OTHERS A. General: 1. Others will perform work on this Site during times of the Work performed under this Contract. 2. Contractor shall interface and coordinate with others performing work in accordance with the requirements in Section 01315,Progress Schedule and Reports. Work under this Contract shall be interfaced and connected to Work by others as noted, especially as set out in this Section. B. Coordination with Other Contractors: 1. The Contractor shall cooperate with other contractors on the premises to facilitate the progress of all projects at or near the site of work. 2. The Contractor shall coordinate with other contractors for connections and testing of facilities where there is an interface between projects. CVO/321068A NOVEMBER 7, 2005 01035 3 CONTROL OF WORK EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Such coordination shall be performed under the direction of the Engineer. 3. Other projects which the contractor shall coordinate such connections and testing may include the following: a. Eagle Mountain Raw Water Pipeline b. Eagle Mountain Raw Water Pump Station Improvements C. Refer to Section 01010, Summary of Work,for a description of project work and projected schedules for these construction contracts. 4. If other contracts are not completed by such time that is necessary to facilitate testing,the Engineer will determine if, and for how long,the time for completion of the Work under the Contract should be extended, as provided in Section C7-7 of the General Conditions. 1.12 CLEANUP A. During the course of the work, the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and,at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber,equipment,temporary structures, and any other refuse remaining from the construction operations,and shall leave the entire site of the work in a neat and orderly condition. 1.13 PAYMENT A. Payment for the work in this Section will be included as part of the total lump sum or appropriate unit prices stated in the Bid Form. PART 2 PRODUCTS(NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CVO/321068A NOVEMBER 7,2005 01035 4 CONTROL OF WORK EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01040 COORDINATION PART1 GENERAL 1.01 SUBMITTALS A. Informational: 1. Video Recordings: Submit one copy 5 days of being taken. 1.02 RELATED WORK AT SITE A. General: 1. Other work that is either directly or indirectly related to scheduled performance of the Work under these Contract Documents, listed henceforth, is anticipated to be performed at Site by others. 2. Coordinate the Work of these Contract Documents with work of others as specified in General Conditions. 3. Include sequencing constraints specified herein as a part of Progress Schedule. 1.03 OWNER-FURNISHED PRODUCTS A. None. 1.04 UTILITY NOTIFICATION AND COORDINATION A. Coordinate the Work with various utilities within Project limits.Notify applicable utilities prior to commencing Work, if damage occurs, or if conflicts or emergencies arise during Work. 1. Electricity Company: a. Contact Person: Ralph Schoeder b. Telephone: (817)2154394 2. Water Department: a. Contact Person: Chris Harder b. Telephone: (817)392-6820 3. Tarrant Regional Water District: a. Contact Person: Louie Verrault b. Telephone: (813)335-2491 CVO/321068A NOVEMBER 10, 2005 01040 1 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.05 PROJECT MILESTONES A. General: Include the Milestones specified herein as a part of the Progress Schedule required under Section 01310, Progress Schedules. B. Project Milestones: Generally described in the Agreement Form. Following is a detailed description of each: 1. Substantial Completion: 365 Calendar Days from notice to proceed. 2. Final Completion: 425 Calendar Days from notice to proceed. 1.06 WORK SEQUENCING/CONSTRAINTS A. Include the following work sequences in the Progress Schedule: 1. Provide horizontal and vertical control for Site layout. 2. Excavate sediment from concrete apron and clean surface. 3. Construct and install intake. 4. Perform pile driving operations and install piping. 5. Perform testing and startup of facilities. B. Additionally, Contractor shall coordinate with the following construction contracts which will be underway during construction of the Raw Water Pump Station Improvements: 1. Eagle Mountain Raw Water Pump Station Improvements. 2. Eagle Mountain Raw Water Transmission Main. 3. Eagle Mountain Water Treatment Plant Expansion. C. The planned beginning of construction and substantial completion dates of these projects are: Substantial Project Notice to Proceed Completion Date Intake March 15, 2006 March 15, 2007 Raw Water Pump November 1, 2005 April 1, 2007 Station Raw Water Pipeline March 15, 2006 March 15, 2007 Water Treatment November 1, 2005 June 1,2007 Plant CVO/321068A NOVEMBER 10,2005 01040 2 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.07 FACILITY OPERATIONS A. Continuous operation of Owner's facilities is of critical importance. Schedule and conduct activities to enable existing facilities to operate continuously, unless otherwise specified. B. Perform Work continuously during critical connections and changeovers, and as required to prevent interruption of Owner's operations. C. When necessary,plan, design, and provide various temporary services, utilities, connections,temporary piping and heating,access, and similar items to maintain continuous operations of Owner's facility. D. Do not close lines,open or close valves, or take other action which would affect the operation of existing systems, except as specifically required by the Contract Documents and after authorization by Owner and Engineer. Such authorization will be considered within 48 hours after receipt of Contractor's written request. E. Process or Facility Shutdown: 1. The Contractor shall also coordinate his work, and the associated construction sequencing and facility shutdowns, with the contractors for the following three projects that will be constructed in conjunction with and during the timeframe of this project: a. Eagle Mountain Raw Water Pump Station. b. Eagle Mountain Raw Water Pipeline. C. Eagle Mountain Water Treatment Plant Expansion. 2. The Construction Manager will oversee all projects, including the Eagle Mountain Raw Water Intake Improvements project. 3. The four construction projects have been designed to allow major shutdown work activities to be made in one of three plant shutdown periods; December 2005 for 1 calendar day,December 2006 for 7 calendar days, and February 2007 for 21 calendar days. The actual dates of these shutdowns will be determined by the Owner. The Contractor shall be available and ready to perform any work required to be performed during these shutdown periods when the Owner gives notice of the shutdown.During these periods the water treatment plant will be off line and not capable of treating water. Other plant process shutdowns will be available to the Contractors with proper notice and scheduling. The intent of the process shutdowns is to allow the water treatment plant to be able to pump treated water from the clearwells to the customers without interruption while piping and process modifications performed under one or more of the construction CVO/321068A NOVEMBER 10, 2005 01040 3 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT contracts are made. The process shutdowns typically can be allowed for 8 hours. 4. The major work activities expected to be performed during the shutdown periods includes: a. December 2005: 1) Remove raw water 54-inch piping at the wye and install a restrained plug. (Water Treatment Plant Project.) 2) Core the future ozone pipe sleeves at the flocculated water channels and blind flange the sleeves. (Water Treatment Plant Project.) b. December 2006: Modify the raw water piping in the east tunnel at Eagle Mountain dam. Remove the existing wye and reconnect the west valve piping to the existing 54-inch suction piping. Install a new tee on the existing 54-inch raw water piping and install the branch piping to the new 54-inch butterfly valve. (Intake Project.) C. February 2007: 1) Install the pipeline tee and interconnect branch piping and butterfly valve at the raw water pipeline south the existing raw water pump station. (Pipeline Project.) 2) Make connections between the existing 54-inch and new 72-inch raw water pipelines within the plant site and install the new raw water control valve in the existing raw water pipeline. Relocate the washwater recycle and ozone cooling water return piping. Install the new sluice gate within the existing settled water channels. (Water Treatment Plant Project.) 3) Other work which could also be performed during this plant shutdown includes ozone piping modifications within the Ozone Generation Building, switchover from the existing LOX storage facility to the new LOX storage facility, modification of ozone 'system controls, switchover to new ozone power feed, commissioning new chlorine and ammonia storage and feed facilities, installation of new ozone piping and sludge removal piping within the existing plant sludge channel. (Water Treatment Plant Project.) 5. During severe drought periods,extended shutdown of the existing intake may not be possible. Conversely,during flood events, TRWD may release significant amounts of water from the intake east tunnel such that work cannot proceed until the flood is released. F. Install and maintain the necessary facilities required to keep Owner's Raw Water Pump Station, Transmission Main, and Intake facility operations on line. Sequences other than those specified will be considered upon written CVO/321068A NOVEMBER 10, 2005 01040 4 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT request to Owner and Engineer,provided they afford equivalent continuity of operations. G. Do not proceed with Work affecting a facility's operation without obtaining Owner's and Engineer's advance approval of the need for and duration of such Work. H. Relocation of Existing Facilities: 1. During construction, it is expected that minor relocations of Work will be necessary. 2. Provide complete relocation of existing structures and Underground Facilities, including piping, utilities,equipment, structures,electrical conduit wiring,electrical duct bank,and other necessary items. 3. Use only new materials for relocated facility. Match materials of existing facility, unless otherwise shown or specified. 4. Perform relocations to minimize downtime of existing facilities. 5. Install new portions of existing facilities in their relocated position prior to removal of existing facilities,unless otherwise accepted by Engineer. 1.08 ADJACENT FACILITIES AND PROPERTIES A. Examination: 1. After Effective Date of the Agreement and before Work at Site is started,Contractor, Engineer, and affected property owners and utility owners shall make a thorough examination of pre-existing conditions including existing buildings, structures, and other improvements in vicinity of Work, as applicable, which could be damaged by construction operations. 2. Periodic reexamination shall be jointly performed to include,but not limited to, cracks in structures, settlement, leakage, and similar conditions. B. Documentation: 1. Record and submit documentation of observations made on examination inspections in accordance with paragraph Construction Photographs and Audio-Video Recordings. 2. Upon receipt, Engineer will review, sign, and return one record copy of documentation to Contractor to be kept on file in field office. 3. Such documentation shall be used as indisputable evidence in ascertaining whether and to what extent damage occurred as a result of Contractor's operations, and is for the protection of adjacent property ..w. owners,Contractor, and Owner. CVO/321068A NOVEMBER 10,2005 01040 5 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.09 CONSTRUCTION PHOTOGRAPHS A. Photographically document all phases of the project including preconstruction,construction progress,and post-construction. B. Film handling and development shall be done by a commercial laboratory. C. Engineer shall have the right to select the subject matter and vantage point from which photographs are to be taken. D. Preconstruction and Post-Construction: 1. After Effective Date of the Agreement and before Work at Site is started, and again upon issuance of Substantial Completion,take a minimum of 48 exposures of Construction Site and property adjacent to perimeter of Construction Site. 2. Particular emphasis shall be directed to structures both inside and outside the Site. 3. Format: Digital, minimum resolution of 756 by 504. E. Construction Progress Photos: 1. Photographically demonstrate progress of construction, showing every aspect of Site and adjacent properties as well as interior and exterior of new or impacted structures. 2. Weekly: Take 48 exposures using Digital,minimum resolution of 756 by 504. F. Color Prints: 1. Minimum Size: 3-inch by 5-inch. 2. Finish: Glossy. 3. Label Each Print: a. Project name. b. Date and time photo was taken. C. Photographer's name. d. Caption(maximum 30 characters). e. Location and area designation. f. Schedule activity number, as appropriate. 4. Assemble in bound albums in clear plastic sleeves that facilitate viewing both front and back of each photograph. 5. Assemble negatives in their corresponding album in clear plastic sleeves made for the purpose. CVO/321068A NOVEMBER 10, 2005 01040 6 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT G. Digital Images: 1. Archive using a commercially available photo management system. 2. Label each disk with Project and Owner's name, and week and year images were produced. 1.10 AUDIO-VIDEO RECORDINGS A. Prior to beginning Work on Construction Site or of a particular area of the Work, and again within 15 days following date of Substantial Completion, videograph Construction Site and property adjacent to Construction Site. B. In the case of preconstruction recording,no Work shall begin in the area prior to Engineer's review and approval of content and quality of video for that area. C. Particular emphasis shall be directed to physical condition of existing vegetation, structures, and pavements within the existing Raw Water Pump Station and access road and areas adjacent to and within the right-of-way or easement, and on Contractor storage and staging areas. D. Engineer will have right to select subject matter and vantage point from which videos are to be taken. E. Video Format and Quality: 1. VHS format, with sound. 2. Video: a. Produce bright, sharp,and clear images with accurate colors, free of distortion and other forms of picture imperfections. b. Electronically, and accurately display the month, day,year, and time of day of the recording. 3. Audio: a. Audio documentation shall be done clearly,precisely, and at a moderate pace. b. Indicate date,project name, and a brief description of the location of taping, including: 1) Facility name. 2) Street names or easements. 3) Addresses of private property. 4) Direction of coverage, including engineering stationing,if applicable. CVO/321068A NOVEMBER 10,2005 01040 7 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT F. Documentation: 1. Video Tape Label: a. Tape number(numbered sequentially, beginning with 001). b. Project name. C. Date and time of coverage. 2. Project Video Log: Maintain an ongoing log that incorporates above noted label information for videotapes on Project. 1.11 REFERENCE POINTS AND SURVEYS A. Location and elevation of bench marks and reference points are shown on Drawings. B. Contractor's Responsibilities: 1. Provide additional survey and layout required to layout the Work. 2. Check and establish exact location of existing facilities prior to construction of new facilities and any connections thereto. 3. Retain professional land surveyor or civil engineer registered in state of Project who shall perform or supervise engineering surveying necessary for additional construction staking and layout. ,. 4. Maintain complete accurate log of survey Work as it progresses as a Record Document. 5. On request of Engineer, submit documentation. 6. Provide competent employee(s),tools, stakes, and other equipment and materials as Engineer may require to: a. Establish control points, lines, and easement boundaries. b. Check layout, survey,and measurement Work performed by others. C. Measure quantities for payment purposes. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SALVAGE OF MATERIALS A. No materials shall be salvaged. 3.02 CUTTING,FITTING,AND PATCHING A. Cut, fit, adjust, or patch Work and work of others, including excavation and backfill as required,to make Work complete. CVO/321068A NOVEMBER 10,2005 01040 8 COORDINATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Obtain prior written authorization of Engineer and Owner before commencing Work to cut or otherwise alter: 1. Structural or reinforcing steel, structural column or beam, elevated slab, trusses, or other structural member. 2. Weather- or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Work of others. C. Refinish surfaces to provide an even finish. 1. Refinish continuous surfaces to nearest intersection. 2. Refinish entire assemblies. 3. Finish restored surfaces to such planes, shapes, and textures that no transition between existing work and Work is evident in finished surfaces. D. Restore existing work,underground facilities, and surfaces that are to remain in completed Work including concrete-embedded piping,conduit,and other utilities as specified and as shown. E. Make restorations with new materials and appropriate methods as specified for new Work of similar nature; if not specified,use recommended practice of manufacturer or appropriate trade association. F. Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces and fill voids. G. Remove specimens of installed Work for testing when requested by Engineer. 3.03 SITE JURISDICTIONAL WATERS A. Contractor shall comply with the conditions of the section 404 permit (USACE Project No. 200400594) located in the Contract Documents. 3.04 SUPPLEMENT A. The supplement listed below,following"End of Section," is a part of this Specification. 1. Site Jurisdictional Waters Detail. END OF SECTION CVO/321068A NOVEMBER 10, 2005 01040 9 COORDINATION ®9 n a i ¢ ti 1l 'p�1`m L LU s ul w O in �\ l f �R� 0� 1` * LLQ w 1. or) j 0� s b Z) W >of LIJ 21 d w�Lo / 7 w t 2 + w +zoo / + /x z¢ / „bS 0NIISIX3 + / N \\ / Q O N w V Ln O �,✓ Li / < a o a a p `'LJ Q 0 0 0 a o yc 0 0 � ° ° o _ o Z) $ 0p O o u >- U p C i K Q O _ w N U > Z = I O / _ U QEc U � � N O O C O T O U O p Oi C U z 0 O -C 4 C O 0 3 u OC C 3 I V p O V) p 0 ' p 6 N C y O • �' = O 6� L) � N \\ z L Lr) u> O c O a) a w O a o of LyL U O C N YJ 7NO6 bmP'lb.i\�75aslolu\Ob'OV\tD80\C85\shafoad\:d w09Z ll - 90CE '60 'ON EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01200 PROJECT MEETINGS PART1 GENERAL 1.01 SCOPE OF WORK A. Schedule, attend, and administer as specified,preconstruction conference, periodic progress meetings, and specially called meetings throughout progress of the Work. B. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. Meetings administered by Owner may be tape recorded. If recorded,tapes will be used to prepare minutes and retained by Owner for future reference. D. Meetings, in addition to those specified in this Section,may be held when requested by the Owner,Engineer or Contractor. 1.02 RELATED WORK A. Prebid conference is included in Information to Bidders. 1.03 PRECONSTRUCTION CONFERENCE A. A preconstruction conference will be held within 10 days after award of Contract and before Work is started. The conference will be scheduled and administered by the Owner. B. The Owner will preside at the conference,prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference. C. Attendance: 1. Contractor's project manager. 2. Contractor's superintendent. 3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Owner may request. 4. Construction Manager. 5. Engineer's representatives. 6. Owner's representatives. 7. Others as appropriate. CVO/321068A NOVEMBER 7, 2005 01200 1 PROJECT MEETINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Preliminary Agenda: 1. Introductions. 2. Schedule Completion Dates and Liquidated Damages. 3: Construction Scheduling, including Critical Path. 4. Designation of Responsible Personnel. 5. Authority of Contractor. 6. Authority of Construction Manager and Engineer. 7. Submittals. 8. Procedures for Change Orders, CMRs, PCMs,Field Orders, RFIs, etc. 9. Record Drawings. 10. Quality Control. 11. Safety Procedures. 12. Temporary Construction Facilities. 13. Use of City Facilities. 14. Security and Work after Normal Hours. 15. Measurement and Payment. 16. City Administrative Procedures, including M/WBE Procedures. 17. Project Work Summary. 18. Correspondence Routing. 19. Pay Request Procedures. 1.04 PROGRESS MEETINGS A. Formal project coordination meetings will be held periodically(not more than once weekly,nor less than once monthly). Meetings will be scheduled and administered by Construction Manager. Additional progress meetings to discuss specific topics will be conducted on an as-needed basis. Such additional meetings shall include, but not be limited to: 1. Coordinating plant/equipment shutdowns. 2. Installation of equipment. 3. Startup of equipment. 4. Problem Area Resolutions 5. Equipment approval. B. The Construction Manager will preside at progress meetings,prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. C. Attendance: Same as preconstruction conference. D. Preliminary Agenda: 1. Review, approval of minutes of previous meeting. CVO/321068A NOVEMBER 7, 2005 01200 2 PROJECT MEETINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Review of work progress since previous meeting. 3. Field observations, problems, conflicts. 4. Problems which impede construction schedule. 5. Review of offsite fabrication, delivery schedules. 6. Review of construction interfacing and sequencing requirements with other construction contracts. 7. Corrective measures and procedures to regain projected schedule. 8. Revisions to construction schedule. 9. Progress, including preparation of a rolling 3 week schedule. 10. Coordination of schedules. 11. Review submittal schedules. 12. Maintenance of quality standards. 13. Pending changes and substitutions. 14. Review proposed changes for: a. Effect on construction schedule and on completion date. b. Effect on other contracts of the Project. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION CVO/321068A NOVEMBER 7, 2005 01200 3 PROJECT MEETINGS �1 �\ t\ EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01300 SUBMITTALS PART1 GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of submissions applicable to the following work-related submittals: Shop Drawings,Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections. B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings: 1. Shop Drawings,as specified in individual work Sections include, but are not necessarily limited to, custom-prepared data such as fabrication and erection/installation(working)drawings, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the Work. 2. All Shop Drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members,materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop Drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. CVO/321068A NOVEMBER 7,2005 01300 1 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Product Data: Product data as specified in individual Sections, include,but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing-in diagrams and templates, catalog cuts,product photographs, standard wiring diagrams, printed performance curves and operational-range diagrams,production or quality control inspection and test reports and certifications,mill reports,product operating and maintenance instructions and recommended spare-parts listing and printed product warranties, as applicable to the Work. C. Samples: Samples specified in individual Sections, include,but are not necessarily limited to,physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively-used products, color/texture/pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall review Shop Drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with the Specifications. B. Each Shop Drawing, sample and product data submitted by the Contractor shall have affixed to it the following Certification Statement including the Contractor's Company name and signed by the person who actually reviewed the submittal. "Certification Statement: By this submittal,I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings. Shop Drawings larger than 8-1/2 inch by 11 inch shall be folded to 8-1/2 inch by 11 inch. Shop Drawings and product data sheets shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet shall fully describe the packaged data and include a listing of all items within the package. Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings,product .C,V O/321068A NOVEMBER 7, 2005 '01300 2 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT data and samples at the time of submittal of said drawings,product data and samples to the Engineer. C. The Contractor shall follow the submittal numbering requirements provided in Paragraph D-42 of the Special Conditions. In addition,the Contractor shall utilize an 8-character submittal cross-reference identification numbering system in the following manner: 1. The first five digits shall be the applicable Specification Section Number. 2. The next two digits shall be the numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3. The last character shall be a letter, A-Z, indicating the resubmission of the same Drawing(i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03300-08-B 03300= Specification Section for Concrete 08 =The eighth initial submittal under this specification section B =The third submission(second resubmission)of that particular Shop Drawing D. Notify the Engineer in writing,at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. E. The review and approval of Shop Drawings,samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefore. F. No portion of the work requiring a Shop Drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased or onsite construction accomplished which does not conform to approved Shop Drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. G. Project work,materials, fabrication,and installation shall conform with approved Shop Drawings, applicable samples, and product data. CVO/321068A NOV ��4 • 01300 3 EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule,and in such sequence as to cause no delay in the Work or in the work of any other Contractor. B. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the Engineer. C. Number of Submittals Required: 1. Shop Drawings as defined in Article Shop Drawings, Product Data, Sample,paragraph Shop Drawings: Eight copies for structural, electrical, instrumentation,architectural and HVAC submittals. Seven copies for all other submittals. If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2. Product Data as defined in Article Shop Drawings,Product Data, Sample,paragraph Product Data: Four copies. 3. Samples: Submit the number stated in the respective Specification Sections. D. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. 4. The Names of: a. Contractor. b. Supplier. C. Manufacturer. 5. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification by highlighting of deviations from Contract Documents. 10. Identification by highlighting of revisions on resubmittals. 11. An 8-inch by 3-inch blank space for Contractor and Engineer stamps. C7t' 68A NOVEMBER 7, 2005 4 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.05 REVIEW OF SHOP DRAWINGS, PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of Shop Drawings, data,and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: 1. Permitting any departure from the Contract requirements. 2. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials. 3. Approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the Shop Drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to involve a change in Contract Price or time for performance,the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. 1. Code 1: "APPROVED" is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. 2. Code 2: "APPROVED AS NOTED." This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. 3. Code 3: "APPROVED AS NOTED/CONFIRM." This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture;however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. CVO/321068A NOVEMBER 7, 2005 01300 5 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 4. Code 4: "APPROVED AS NOTED/RESUBMIT." This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture;however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments,omissions and non-conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. 5. Code 5: "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Code 6: "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. 7. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods,to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals deemed by the Engineer to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,the Contractor shall give written notice thereof to the Engineer at least 7 working days prior to release for manufacture. H. When the Shop Drawings have been completed to the satisfaction of the Engineer,the Contractor shall carry out the construction in accordance CVO/321068A NOVEMBER 7, 2005 01300 6 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples,where required,to the job site file and elsewhere as directed by the Engineer.Number of copies shall be as directed by the Engineer but shall not exceed the number specified in Article Submission Requirements,paragraph Number of Submittals Required. 1.07 MOCK UPS A. Mock up units as specified in individual Sections, include,but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed. 1.08 PROFESSIONAL ENGINEER(P.E.)CERTIFICATION FORM A. If specifically required in other Sections of these Specifications,the Contractor shall submit a P.E. Certification for each item required, in the form attached to this Section, completely filled in and stamped. 1.09 GENERAL PROCEDURES FOR SUBMITTALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval and resubmittal (if required), coordination with other submittals,testing,purchasing, fabrication,delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 1.10 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense,based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner within 30 calendar days for all such fees invoiced to the Owner by the Engineer. B. The need for more than one resubmission or any other delay in obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. CVO/321068A NOVEMBER 7,2005 01300 7 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.11 SUPPLEMENT A. The supplement listed below, following"End of Section,"is a part of this Specification. 1. P.E. Certification Form. PART 2 PRODUCTS(NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CVO/321068A NOVEMBER 7, 2005 01300 8 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT P.E. CERTIFICATION FORM The undersigned hereby certifies that he/she is a Professional Engineer registered in the State of and that he/she has been employed by (Name of Contractor) to design (Insert P.E. Responsibilities) in accordance with Specification Section for the (Name of Project) The undersigned further certifies that he/she has performed the design of the (Name of Project) that said design is in conformance with all applicable local, State and Federal codes,rules and regulations, and that his/her signature and.P.E. stamp have been affixed to all calculations and drawings used in, and resulting from,the design. The undersigned hereby agrees to make all original design drawings and calculations available to the City of Fort Worth or Owner's representative within 7 days following written request therefore by the Owner. P.E.Name Contractor's Name Signature Signature Address Address Title Place P.E. Stamp Here With Date and Signature CVO/321068A NOVEMBER 7, 2005 01300 SUPPLEMENT 1 SUBMITTALS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01315 PROGRESS SCHEDULE AND REPORTS PART1 GENERAL 1.01 PROGRAM DESCRIPTION A. A Critical Path Method(CPM) construction schedule shall be used to control the work of this Contract and to provide a definitive basis for determining job progress. The construction schedule shall be prepared by the Contractor. Work shall be performed in compliance with the established CPM schedule and the Contractor and his subcontractors shall be responsible for cooperating fully with the Owner in effectively utilizing the CPM schedule. B. The CPM schedule to be prepared and submitted by the Contractor shall consist of a CPM network(diagram of activities) and a computer-generated schedule (print-out) as specified. The format shall be the activity-on-node precedence network as indicated on the Preliminary Guideline CPM Schedule. C. The Contractor shall utilize PRIMAVERA and PRIMAVISION or equal scheduling program in analyzing the construction schedules. If the Contractor desires to utilize a different scheduling program than PRIMAVERA and PRIMAVISION to prepare its schedules, it must first obtain approval of the Owner. Contractor shall provide one authorized copy of the scheduling software to the Owner. D. Within 10 calendar days following written Notice to Proceed,the Contractor is to submit to the Owner for review and approval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of work to be performed. E. A Preliminary Guideline CPM Schedule shall Include: 1. Illustrate a feasible CPM schedule for completion of the Work under this Contract within the time specified. 2. Provide an elementary example of a CPM schedule in the format to be used for the detailed CPM schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the CPM schedule required under this Contract. 3. Establish mandatory milestone dates. Milestones are designated on the Preliminary Guideline CPM Schedule with asterisks. F. The Preliminary Guideline CPM Schedule is not to be considered binding except for the time required for contract completion and the mandatory milestones. CVO/321068A NOVEMBER 7, 2005 01315 1 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT G. The Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule. Contractor shall reference the construction constraints and sequencing issues presented in Section 01040, Coordination. The computer-based schedule shall be the product of a recognized commercial computer software producer and shall meet all of the requirements specified. 1.02 NETWORK REQUIREMENTS A. The network shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. The basic concept of a network analysis diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of the following activities. B. Detailed network activities shall include: construction activities,the submittal and approval of samples of materials and Shop Drawings, the procurement of materials and equipment, fabrication of materials and equipment and their delivery, installation, and testing, start-up and training. The Contractor shall break the work into activities with durations no longer than 20 working days each, except as to nonconstruction activities(such as procurement of materials and delivery of equipment) and any other activities for which the Owner may approve the showing of longer duration. To the extent feasible, activities related to a specific physical area of the work shall be grouped on the network for ease of understanding and simplification. C. Separate activities shall be provided for each significant identifiable function in each trade area in each facility. Activities shall show duration and remaining duration. Specific activities which shall be included are: interface work between the Contractor and other contractors, subcontract work, interface work between subcontractors and between the Contractor and subcontractors, leakage tests of tanks and pipelines, electrical connections to each item of equipment, supplier and manufacturer technical assistance, mechanical connections to each item of equipment,tests, concrete finishing, each item of site work, (including restraints on other activities), and utilities, fuels and chemicals. D. Each activity on the network shall have the following indicated on the node representing it. 1. Duration and remaining duration for those activities in progress. 2. A five character(or less) code indicative of the party responsible for accomplishing the activity. 3. A brief description of the activity. CVO/321068A NOVEMBER 7, 2005 01315 2 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. The selection and number of activities shall be subject to the Owner's approval. The detailed network shall be time scaled. In addition to the brief description,the Contractor shall submit a separate list of activities containing a detailed narrative of the scope of each activity, including the trades and subcontractors involved,the activity duration, and the cost of each activity as it pertains to the pay items on the Schedule of Values. The cost for each work activity shall include mobilization, materials, labor, equipment, overhead, and profit. F. To the extent that the network or any revision thereof shows anything not jointly agreed upon or fails to show anything jointly agreed upon, it shall not be deemed to have been approved by the Owner. Failure to include on a network any element of work required for the performance of this Contract shall not excuse the Contractor from completing work required within any applicable completion date, notwithstanding the review of the network by the Owner. G. Except where earlier completions are specified, CPM schedules which show completion of work prior to the Contract completion date may be approved by the Owner, but in no event shall be acceptable as a basis for claim for delay against the Owner by the Contractor. The time period between the Contractor's early finish date and the Contract Time shall be shown as a float activity. 1.03 COMPUTER-GENERATED SCHEDULE REQUIREMENTS A. Each computer-generated schedule submittal from the CPM activity network shall include the following tabulations: a list of activities in numerical order, a list of activity precedences, a schedule sequenced by Early Start Date, and a schedule sequenced by Total Float. Each schedule shall include the following minimum items: 1. Activity numbers. 2. Estimated duration. 3. Activity description. 4. Early start date (calendar dated). 5. Early finish date (calendar dated). 6. Latest start date (calendar dated). 7. Latest finish date(calendar dated). 8. Status (whether critical). 9. Total float and free float. 10. Total cost of each activity per the approved Schedule of Values. B. In addition, each schedule shall be prefaced with the following summary data: 1. Contract name and number. CVO/321068A NOVEMBER 7, 2005 01315 3 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Contractor's name. 3. Contract duration. 4. Contract schedule. 5. The effective or starting date of the schedule (the date indicated in the Notice to Proceed). C. A narrative shall Accompany the Diagram Providing for Each Activity: 1. Activity number. 2. Activity description. 3. Predecessors. 4. Successors. D. Advise the Owner of the calendar used for the Schedule. The Calendar should be based on the actual work week anticipated by the Contractor; whether 5, 6 or 7 days a week will be worked. 1.04 INITIAL CONFERENCE A. Within 10 days following the receipt of the Notice to Proceed, the Contractor shall meet with the Owner to discuss and agree on the proposed standards for the CPM schedule. At this conference the Contractor shall submit to the Owner a preliminary network defining the planned operations during the first 60 calendar days after Notice to Proceed. The Contractor's general approach for the balance of the Project shall be indicated. Cost of activities expected to be completed or partially completed before submission and approval of the complete network shall be included. 1.05 APPROVED CPM SCHEDULE A. Within 45 days following the receipt of the Notice to Proceed,the Contractor shall submit two prints of the proposed CPM activity network and a computer-generated schedule to the Owner. Following review by the Owner, the Contractor shall incorporate the Owner's comments into the network and submit five prints and one reproducible of the revised network and two copies of the generated schedule. This final submittal shall be delivered to the Owner within 60 days after the Notice to Proceed. B. CPM schedules which contain activities showing negative float or which extend beyond the Contract completion date in the computer- generated schedule will not be approved. C. The Contractor shall participate in the initial review and evaluation of the proposed network diagram and schedule by the Owner. The approved network shall then be the approved CPM schedule to be used by the Contractor for planning, organizing and directing the work, and reporting progress. CVO/321068A NOVEMBER 7, 2005 01315 4 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Approval of the CPM activity network by the Owner is advisory only and shall not relieve the Contractor of responsibility for accomplishing the work within the contract completion date. Omissions and errors in the approved CPM schedule shall not excuse performance less than that required by the Contract. Approval by the Owner in no way makes the Owner an insurer of the CPM schedule's success or liable for time or cost overruns flowing from its shortcomings. The Owner hereby disclaims any obligation or liability by reason of approval of the CPM schedule. E. The network shall be submitted on sheets 22 inches by 34 inches, and may be divided into as many separate sheets as required. 1.06 PROGRESS REPORTING A. Progress shall be reported on a monthly basis. The Contractor and Owner shall evaluate the status of the work at the end of each month;to show actual progress and to identify problem areas. Between the 1 st and the 5th of each month the Contractor shall submit a preliminary updated schedule with narrative using the end of the month as the Data Date. A final schedule update shall be submitted by the 10th day of each month. B. The progress and associated costs shown on the CPM each month shall be used in conjunction with the Schedule of Values in determining the amounts to be paid through the Pay Estimate each month. Activities as they pertain to the pay items of the base bid schedule will be separately totaled for the cost of each activity and value of work in place for this period. C. Partial payment applications will not be processed without an approved monthly schedule update. 1.07 RESPONSIBILITY FOR SCHEDULE COMPLIANCE A. Whenever it becomes apparent from the current CPM schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met,or when so directed by the Owner, the Contractor shall take some or all of the following actions at no additional cost to the Owner. He shall submit to the Owner for approval, a written statement of the steps he intends to take to remove or arrest the delay to the critical path in the approved schedule. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per day,working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work. CVO/321068A NOVEMBER 7,2005 01315 5 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule. B. If,when so requested by the Owner,the Contractor should fail to submit a written statement of the steps he intends to take or should fail to take such steps as approved by the Owner,the Owner may direct the Contractor to increase the level of effort in manpower(trades), equipment, and work schedule (overtime,weekend and holiday work,etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule, and the Contractor shall promptly provide such level of effort at no additional cost to the Owner. 1.08 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME A. If the Contractor desires to make changes in his method of operating which affect the approved CPM schedule,he shall notify the Owner in writing stating what changes are proposed and the reason for the change. If the Owner approves these changes, the Contractor shall revise and submit for approval, without additional cost to the Owner, all of the affected portions of the CPM network. The CPM schedule shall be adjusted by the Contractor only after prior approval of his proposed changes by the Owner. Adjustments may consist of changing portions of the activity sequence, activity durations, division of approved activities, or other adjustments as may be approved by the Owner. The addition of extraneous,non-working activities and activities which add unapproved restraints to the CPM schedule will not be approved. B. If the completion of any activity,whether or not critical, falls more than 100 percent behind its approved duration,the Contractor shall submit for approval a schedule adjustment showing each such activity divided into two activities reflecting completed versus uncompleted work. C. Shop Drawings which are not approved on the first submittal or within the schedule time, and equipment which do not pass the specified tests shall be immediately rescheduled. D. The Contract completion time will be adjusted only for causes specified in this Contract. In the event the Contractor requests an extension of any Contract completion date,he shall furnish such justification and supporting evidence as the Owner may deem necessary to determine whether the Contractor is entitled to an extension of time under the provisions of this Contract. The Owner will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to any extension of any Contract completion date, the Owner's determination as to the total number of days extension shall be based upon the currently approved CPM schedule and on all data relevant to the extension. Such data shall be included in the next CVO/321068A NOVEMBER 7, 2005 01315 6 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT updating of the schedule. Actual delays in activities which, according to the CPM schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. E. Each request for change in Contract completion date shall be submitted by the Contractor to the Owner within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract.No time extension will be granted for requests which are not submitted within the foregoing time limit. 1. From time to time it may be necessary for the Contract schedule or completion time to be adjusted by the Owner to reflect the effects of job conditions,weather,technical difficulties, strikes,unavoidable delays on the part of the Owner or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. Under such conditions, the Owner will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions, and the Contractor shall revise his schedule accordingly.No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the Owner. Available float time in the CPM schedule may be used by the Owner as well as by the Contractor. F. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the CPM. Float or slack time is not for the exclusive use or benefit of either the Contractor or the Owner. Contractor's work shall proceed according to early start dates, and the Owner shall have the right to reserve and apportion float time according to the needs of the project. The Contractor acknowledges and agrees that actual delays, affecting paths of activities containing float time,will not have any affect upon contract completion times,providing that the actual delay does not exceed the float time associated with those activities. 1.09 COORDINATING SCHEDULES WITH OTHER CONTRACT SCHEDULES A. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts,the Contractor's CPM Schedule shall be coordinated with the schedules of the other contracts. The Contractor shall obtain the schedules of the other appropriate contracts from the Owner for the preparation and CVO/321068A NOVEMBER 7,2005 01315 7 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT updating of his CPM schedule and shall make the required changes in his schedule when indicated by changes in corresponding schedules. B. In case of interference between the operations of different contractors, the Owner will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. In such cases, the decision of the Owner shall be accepted as final. The temporary delay of the Contractor's work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.10 SCHEDULE OF VALUES A. The approved CPM schedule shall be the schedule to be used by the Contractor for reporting progress. A separate payment schedule,not tied to the CDM schedule, shall be used for requesting payment of work accomplished. Payment items for the specific activities and values of the individual items shall be approved by the Engineer. B. If the Contractor does not follow his planned schedule or desires to make changes in his method of operating and scheduling,he shall notify the Engineer in writing stating the reasons for the change. Progress payments will be awarded based on amount judged complete in conjunction with the �. approved activity sequence. Progress payments on work out of sequence will not be allowed unless logic changes are made and approved by the Engineer to the approved CPM. C. The payment request shall include the activities or portions of activities completed during the reporting period and their total value as basis for the Contractor's periodic request for payment. Payment made will be based on the total value of such activities completed or partially completed after verification by the Engineer. The request shall state the percentage of the work actually completed as of the report date. 1.11 PROJECT EXECUTION AND CONTROL REPORTING A. All change proposals shall be submitted to the Engineer using the "Contract Change Proposal" form to be provided by the Engineer. B. Each day the Contractor shall submit to the Engineer daily construction report information using the "Daily Construction Report" form to be provided by the Engineer. C. Each week,after coordination meetings with subcontractors,the Contractor shall submit to the Engineer a 3 week schedule using the form to be provided by the Engineer. This schedule shall identify work scheduled for the current week and projected for 2 additional weeks. CVO/321068A NOVEMBER 7, 2005 01315 8 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. If the Owner elects to delete any lump sum item,the dollar amount to be deleted from the Contract shall be the total amount shown in the Schedule of Values for that item, including overhead and profit. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CVO/321068A NOVEMBER 7, 2005 01315 9 PROGRESS SCHEDULE AND REPORTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01410 TESTING AND TESTING LABORATORY SERVICES PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner will employ and pay for the services of an Independent Testing Laboratory to perform testing specifically indicated on the Contract Documents and may at any other time elect to have materials and equipment tested for conformity with the Contract Documents. 1. Cooperate with the laboratory to facilitate the execution of its required services. 2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the Contract. B. All other testing, including testing of materials as required for approval of submittals, shall be at the expense of the Contractor. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract: Inspections and testing required by laws, ordinances, rules,regulations,orders or approvals of public authorities. B. Each Section listed: Laboratory tests required and standards for testing. C. Testing Laboratory inspection, sampling and testing is required for but not limited to the following: 1. Section 05050, Welding. 2. Section 02210, Turbidity Curtain and Oil Boom. 3. Section 02501, Welded Steel Pipe, Specials, and Fittings. 4. Section 03301, Reinforced Concrete. 1.03 LABORATORY DUTIES A. Cooperate with Engineer and Contractor;provide qualified personnel after due notice. B. Perform specified inspections,sampling,and testing of materials and methods of construction: 1. Comply with specified standards. CVO/321068A NOVEMBER 10,2005 01410 1 TESTING AND TESTING LABORATORY SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Ascertain compliance of materials with requirements of Contract Documents. C. Promptly notify Engineer and Contractor of observed irregularities or deficiencies of work or products. D. Promptly submit five copies of written report of each test and inspection to Engineer. Each report shall include: 1. Date issued. 2. Project title and number. 3. Testing laboratory name, address, and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of product and specification section. 9. Location of sample or test in the Project. 10. Type of inspection or test. 11. Statement of specification requirements of material being tested. 12. Result of tests. 13. Clarification of testing procedures and observations,when requested by Engineer. E. Perform additional tests as required by Engineer or the Owner. 1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is Not Authorized to: 1. Release,revoke,alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the Contractor. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel,provide access to work and to manufacturer's operations. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Materials and equipment used in the performance of work under this Contract are subject to inspection and testing at the point of manufacture or fabrication. CVO/321068A NOVEMBER 10,2005 01410 2 TESTING AND TESTING LABORATORY SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Standard requirements for quality and workmanship are indicated in the Contract Documents. The Engineer may require the Contractor to provide statements or certificates from the manufacturers and fabricators that the materials and equipment provided by them are manufactured or fabricated in full accordance with the standard specifications for quality and workmanship indicated in the Contract Documents. All costs of this testing and providing statements and certificates shall be a subsidiary obligation of the Contractor, and no extra charge to the Owner shall be allowed on account of such testing and certification. D. Furnish Incidental Labor and Facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the Project Site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples. E. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests. 1. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. F. Employ and pay for the services of the same or a separate, equally qualified independent testing laboratory to perform materials development of concrete mix designs, and additional inspections, sampling and testing required for the Contractor's convenience. G. If the results of tests indicate the material or equipment complies with the Contract Documents,the Owner shall pay for the cost of the testing laboratory. If the tests and any subsequent retests indicate the materials and equipment fail to meet the requirements of the Contract Documents,the Contractor may pay for the laboratory costs directly to the testing firm or the total of such costs shall be deducted from any payments due the Contractor. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CVO/321068A NOVEMBER 10,2005 01410 3 TESTING AND TESTING LABORATORY SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American Association of Nurserymen: American Standards for Nursery Stock. 2. Federal Emergency Management Agency. 3. NFPA,National Fire Prevention Standard for Safeguarding Building Construction Operations. 4. Telecommunications Industry Association(TIA);Electronic Industries Alliance (EIA): 568B, Commercial Building Telecommunications Cabling Standard. 5. U.S. Department of Agriculture: Urban Hydrology for Small Watersheds. 6. U.S. Weather Bureau: Rainfall-Frequency Atlas of the U.S. for Durations From 30 Minutes to 24 Hours and Return Periods From 1 to 100 Years. 1.02 SUBMITTALS A. Informational Submittals: 1. Plan for both marine and land access to the site including necessary permits/approvals for secondary site access roads. 2. Plan for onsite access restrictions and security, including updates for various phases of Work where applicable. 3. Plan for layout of and phasing (if applicable) of staging, stockpile and storage areas. 4. Plan for access and sediment control and turbidity monitoring around marine construction area in Eagle Mountain Reservoir. 5. Copies of permits and approvals for construction as required by Laws and Regulations and governing agencies. 6. Temporary Utility Submittals: a. Electric power supply and distribution plans. b. Drainage plans. C. Dewatering well locations. 7. Temporary Construction Submittals: a. Access Roads: Routes, cross-sections, and drainage facilities. CVO/321068A NOVEMBER 10, 2005 01500 1 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Parking area plans. C. Contractor's field office, storage yard, and storage building plans, including gravel surfaced area. d. Fencing and protective barrier locations and details. e. Engineer's field office plans. f. Staging area location plan. 8. Temporary Control Submittals: a. Noise control plan. b. Plan for disposal of waste materials and intended haul routes. 1.03 MOBILIZATION A. Mobilization shall Include, but Not be Limited to, these Principal Items: 1. Obtaining required permits. 2. Moving Contractor's field office and equipment required for first month operations onto Site. 3. Installing temporary construction power, wiring, and lighting facilities. 4. Providing onsite communication facilities, including telephones and radios. 5. Providing onsite sanitary facilities and potable water facilities as specified and as required by Laws and Regulations, and governing agencies. 6. Arranging for and erection of Contractor's office work and storage yard. 7. Posting OSHA required notices and establishing safety programs and procedures. 8. Having Contractor's superintendent at Site full time. B. Use area designated for Contractor's temporary facilities as shown on Drawings. 1.04 PROTECTION OF WORK AND PROPERTY A. Comply with Owner's and TRWD safety rules while on Owner's property and/or TRWD property. B. Keep Owner informed of serious onsite accidents and related claims. C. Use of Explosives: No blasting or use of explosives will be allowed onsite. 1.05 VEHICULAR TRAFFIC A. Traffic Routing Plan: Show sequences of construction affecting use of roadways,time required for each phase of the Work,provisions for decking CVO/321068A NOVEMBER 10, 2005 01500 2 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT over excavations and phasing of operations to provide necessary access, and plans for signing,barricading, and striping to provide passages for pedestrians and vehicles. 1.06 PROTECTION OF BOATERS AND SWIMMERS FROM MARINE CONSTRUCTION A. Comply with Coast Guard and other applicable marine safety guidelines and regulations. B. Post and maintain warning signs,notices,buoys and lines around marine construction areas to isolate from recreational or other lake users. C. Coordinate with Tarrant Regional Water District and the City of Fort Worth regarding marine construction schedule, safety procedures and communications procedures that are necessary to inform and protect the public regarding marine construction activities. 1.07 PROTECTION OF PUBLIC WATER SUPPLY A. Eagle Mountain Reservoir is a municipal raw water supply reservoir for the City of Fort Worth. Protection of the public water supply from contamination is of great importance. B. Comply with all applicable federal, state,and local regulations to protect the public water supply, dam and reservoir. C. Take all necessary precautions to prevent spills or leaks or contaminated runoff from reaching the reservoir. Site and operate temporary facilities and equipment, and store equipment and materials in a manner that minimizes the chance of contamination entering the reservoir. D. In the event of a spill or leak into the reservoir or into any areas that are tributary to the reservoir,notify the Engineer and Owner immediately and provide prompt cleanup. 1.08 PROTECTION OF DAM AND DAM SAFETY A. Eagle Mountain Dam and Appurtenant Facilities are considered by the Texas State Engineer's Office as a high-hazard dam and subject to specific dam safety regulatory requirements, and dam safety is of utmost importance during construction. Construction work on or in the vicinity of the dam, dam foundation and abutments and reservoir must be done in a manner that protects the integrity of the dam and its ability to safely store water, and in compliance with the State Engineer's Dam Safety Requirements. CVO/321068A NOVEMBER 10, 2005 01500 3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Contractor shall not make any temporary excavations, haul road cuts or trenches on or near the dam, dam abutment or reservoir rim areas without prior express written approval of the Engineer. C. In the event that conditions are uncovered which might pose a threat to dam safety, or in the event that construction work damages existing facilities in a manner that might adversely affect dam safety, immediately notify the Engineer and Owner. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 TEMPORARY UTILITIES A. Power: 480-volt electric power is available at the existing raw water pump station. Make arrangements for obtaining temporary electric power service, metering equipment, and pay all costs for electric power used during the contract period. B. Lighting: Provide temporary lighting to meet applicable safety requirements to allow erection, application, or installation of materials and equipment, and observation or inspection of the Work. C. Heating, Cooling, and Ventilating: 1. Provide as required to maintain adequate environmental conditions to facilitate progress of the Work,to meet specified minimum conditions for installation of materials, and to protect materials, equipment, and finishes from damage due to temperature or humidity. Costs for temporary heat shall be borne by Contractor. 2. Provide adequate forced air ventilation of enclosed areas to cure installed materials,to dispense humidity, and to prevent hazardous accumulations of dust, fumes, vapors,or gases. 3. Pay all costs of installation,maintenance,operation, removal, and fuel consumed. 4. Provide portable unit heaters,complete with controls, oil- or gas-fired, and suitably vented to outside as required for protection of health and property. 5. If permanent natural gas piping is used for temporary heating units, do not modify or reroute gas piping without approval of utility company. Provide separate gas metering as required by utility. CVO/321068A NOVEMBER 10, 2005 01500 4 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Water: 1. Nonpotable Hydrant Water: Limited nonpotable water is available from nearby hydrants. Secure written permission for connection and use from water department and meet requirements for use.Notify fire department before obtaining water from fire hydrants. E. Sanitary and Personnel Facilities: Provide and maintain facilities for Contractor's employees, Subcontractors, and all other onsite employers' employees. Service, clean, and maintain facilities and enclosures. F. Telephone Service: 1. Contractor:Arrange and provide onsite telephone service for use during construction. Pay costs of installation and monthly bills. G. Fire Protection: Furnish and maintain on Site adequate firefighting equipment capable of extinguishing incipient fires. Comply with applicable parts of National Fire Prevention Standard for Safeguarding Building Construction Operations (NFPA No. 241). 3.02 PROTECTION OF WORK AND PROPERTY A. General: 1. The work is in, on, or near the Eagle Mountain dam and reservoir. Take every precaution to protect the dam, outlet, and reservoir. 2. Perform Work within right-of-way and easements in a systematic manner that minimizes inconvenience to property owners and the public. 3. Maintain in continuous service all existing oil and gas pipelines, underground power,telephone or communication cable, water mains, irrigation lines, sewers,poles and overhead power, and all other utilities encountered along line of the Work, unless other arrangements satisfactory to owners of said utilities have been made. 4. Where completion of the Work requires temporary or permanent removal or relocation of existing utility,coordinate all activities with owner of said utility and perform all work to their satisfaction. 5. Protect, shore,brace, support, and maintain underground pipes, conduits,drains, and other underground utility construction uncovered or otherwise affected by construction operations. 6. Keep fire hydrants and water control valves free from obstruction and available for use at all times. CVO/321068A NOVEMBER 10, 2005 01500 5 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 7. In areas where Contractor's operations are adjacent to or near a utility, such as gas,telephone,television, electric power,water, sewer, or irrigation system, and such operations may cause damage or inconvenience, suspend operations until arrangements necessary for protection have been made by Contractor. 8. Notify property owners and utility offices that may be affected by construction operation at least 2 days in advance. Before exposing a utility, obtain utility owner's permission. Should service of utility be interrupted due to Contractor's operation,notify proper authority immediately. Cooperate with said authority in restoring service as promptly as possible and bear costs incurred. 9. Do not impair operation of existing sewer system. Prevent construction material,pavement, concrete, earth, volatile and corrosive wastes, and other debris from entering sewers,pump stations, or other sewer structures. 10. Maintain original Site drainage wherever possible. B. Site Security: 1. Provide and maintain temporary security fences as necessary to protect the Work and Contractor-furnished products not yet installed. 2. All existing fences affected by the Work shall be maintained by the Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across any construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. 3. Upon completion of the Work across any tract of land, Contractor shall restore all fences to pre-construction,or to a better, condition and to their pre-construction location. C. Barricades and Lights: 1. Provide as required by the Texas Manual on Uniform Traffic Control Devices (MUTCD) and in sufficient quantity to safeguard public and the Work. 2. Provide as necessary to prevent unauthorized entry to construction areas and affected roads, streets,and alleyways, inside and outside of fenced area,and as required to ensure public safety and the safety of Contractor's employees, other employer's employees,and others who may be affected by the Work. CVO/321068A NOVEMBER 10, 2005 01500 6 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Provide to protect existing facilities and adjacent properties from potential damage. 4. Locate to enable access by facility operators and property owners. 5. Protect streets, roads,highways, and other public thoroughfares that are closed to traffic by effective barricades with acceptable warning signs. 6. Locate barricades at the nearest intersecting public thoroughfare on each side of the blocked section. 7. Illuminate barricades and obstructions with warning lights from sunset to sunrise. D. Finished Construction:Protect finished floors and concrete floors exposed as well as those covered with composition tile or other applied surfacing. E. Waterways: Keep ditches, culverts, and natural drainages continuously free of construction materials and debris. F. Dewatering: Construct,maintain, and operate cofferdams, channels, flume drains, sumps,pumps, or other temporary diversion and protection works. Furnish materials required, install,maintain, and operate necessary pumping and other equipment for the environmentally safe removal and disposal of water from the various parts of the Work. Maintain foundations and parts of the Work free from water. G. Endangered Species: 1. Take precautions necessary and prudent to protect native endangered flora and fauna. 2. Notify Engineer of construction activities that might threaten endangered species or their habitats. 3. Engineer will mark areas known as habitats of endangered species prior to commencement of onsite activities. 4. Additional areas will be marked by Engineer as other habitats of endangered species become known during construction. 3.03 TEMPORARY CONTROLS A. General: 1. All temporary controls shall comply with all permit requirements. 2. Additional temporary controls included in other sections shall be in addition to those specified here. 3. If specified temporary controls conflict, the more stringent specification shall apply,unless otherwise approved by Engineer. CVO/321068A NOVEMBER 10,2005 01500 7 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 4. Additional temporary controls are included in,but not limited to, the following: a. Section 02200, Site Preparation. b. Section 02210,Turbidity Curtain and Oil Bloom. B. Air Pollution Control: 1. Minimize air pollution from construction operations. 2. Burning: Of waste materials,rubbish,or other debris will not be permitted on or adjacent to Site. 3. Conduct operations of dumping rock and of carrying rock away in trucks to cause a minimum of dust. Give unpaved streets,roads, detours, or haul roads used in construction area a dust-preventive treatment or periodically water to prevent dust. Strictly adhere to applicable environmental regulations for dust prevention. 4. Provide and maintain temporary dust-tight partitions,bulkheads,or other protective devices during construction to permit normal operation of existing facilities. Construct partitions of plywood, insulating board, plastic sheets, or similar material. Construct partitions in such a manner that dust and dirt from demolition and cutting will not enter other parts of existing building or facilities. Remove temporary partitions as soon as need no longer exists. C. Noise Control: 1. Provide acoustical barriers so noise emanating from tools or equipment will not exceed legal noise levels. 2. Noise Control Plan: Propose plan to mitigate construction noise and to comply with noise control ordinances, including method of construction, equipment to be used, and acoustical treatments. D. Water Pollution Control: 1. Divert sanitary sewage and nonstorm waste flow interfering with construction and requiring diversion to sanitary sewers. Do not cause or permit action to occur which would cause an overflow to existing waterway. Conform to the requirements for dredging,turbidity, and silt curtains as specified in Section 02210, Turbidity Curtain and Oil Bloom. 2. Prior to commencing excavation and construction,obtain Engineer's agreement with detailed plans showing procedures intended to handle and dispose of dredge water, sewage, groundwater, and stormwater flow, including dewatering pump discharges. CVO/321068A NOVEMBER 10, 2005 01500 8 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Comply with procedures outlined in U.S. Environmental Protection Agency manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning," and "Implementation, Processes, Procedures, and Methods to Control Pollution Resulting from All Construction Activity," and "Erosion and Sediment Control-Surface Mining in Eastern United States." 4. Do not dispose of volatile wastes such as mineral spirits, oil,chemicals, or paint thinner in storm or sanitary drains. Disposal of wastes into streams or waterways is prohibited. Provide acceptable containers for collection and disposal of waste materials, debris,and rubbish. E. Erosion, Sediment, and Flood Control: 1. Provide,maintain, and operate temporary facilities to control erosion and sediment releases, and to protect the Work and existing facilities from flooding during construction period. 2. Design erosion and sediment controls to handle peak runoff resulting from 25-year, 24-hour storm event based on U.S. Weather Bureau, "Rainfall-Frequency Atlas of the United States for Durations from 30 Minutes to 24 Hours and Return Periods from 1 to 100 Years," Technical Paper No. 40, 1981. 3. Size temporary stormwater conveyances based on procedures presented in U.S.Department of Agriculture,"Urban Hydrology for Small Watersheds," Soil Conservation Service Engineering Technical Release No. 55, 1986. 4. Design temporary flood control facilities for design flood with minimum of 3 feet of freeboard. Design flood shall be as published by FEMA for 100-year recurrence interval. 5. Continuously control water during course of construction, including weekends and holidays and during periods of work stoppages, and provide adequate backup systems to maintain control of water. 6. Waterways: Keep ditches,culverts, and natural drainages continuously free of construction materials, debris, and accumulated sediment. 7. Remove surface runoff controls when no longer needed. 8. Stabilize soil as specified in Section 02370, Soil Stabilization and Erosion Control. F. Dewatering: 1. Comply with Dewatering Discharge Permit included in the Supplementary Conditions. 2. Provide, operate, and maintain dewatering systems of sufficient size and capacity to permit excavation and subsequent construction in dry and to CVO/321068A NOVEMBER 10,2005 01500 9 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT lower and maintain groundwater level a minimum of 2 feet below the lowest point of excavation. 3. Continuously maintain excavations free of water, regardless of source, until backfilled to final grade. 4. Design and Operate Dewatering Systems: a. To prevent loss of ground as water is removed. b. To avoid inducing settlement or damage to existing facilities, completed Work, or adjacent property. C. To relieve artesian pressures and resultant uplift of excavation bottom. 5. Dispose of water collected by stormwater control, dewatering operations, and testing in compliance with Dewatering Discharge Permit, as applicable. 6. Discharge water in manner that will not cause erosion or flooding,or otherwise damage existing facilities, completed Work, or adjacent property. 7. Remove solids from treatment facilities and perform other maintenance of treatment facilities as necessary to maintain their efficiency and capacity. G. Reservoir Water Quality Protection: 1. Provide turbidity curtain around marine construction areas as specified in Section 02210,Turbidity Curtain and Oil Bloom. Turbidity curtain shall be designed by the Contractor to meet the water quality requirements specified. 2. Perform water quality monitoring to evaluate the performance of the turbidity curtain as specified in Section 02210, Turbidity Curtain and Oil Bloom. 3. Perform the work in such a manner to prevent oil or contaminant spills. 4. Provide oil booms and other containment and cleanup facilities to prevent oil or other contaminants from reaching 100 feet beyond the turbidity curtain. 3.04 STORAGE YARDS AND BUILDINGS A. Coordinate requirements with Section 01600, Material and Equipment. B. Temporary Storage Yards: Construct temporary storage yards for storage of products that are not subject to damage by weather conditions. CVO/321068A NOVEMBER 10, 2005 01500 10 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Temporary Storage Buildings: 1. Provide environmental control systems that meet recommendations of manufacturers of equipment and materials stored. 2. Arrange or partition to provide security of contents and ready access for inspection and inventory. 3. Store combustible materials(paints, solvents, fuels) in a well-ventilated and remote building meeting safety standards. 3.05 ACCESS ROADS A. Construct access roads as shown and within easements,rights-of-way, or Project limits. Utilize existing roads where shown. B. Maintain drainage ways. Install and maintain culverts to allow water to flow beneath access roads. Provide corrosion-resistant culvert pipe of adequate strength to resist construction loads. C. Provide gravel, crushed rock, or other stabilization material to permit access by all motor vehicles at all times. D. Maintain road grade and crown to eliminate potholes,rutting, and other irregularities that restrict access. E. Coordinate with Engineer detours and other operations affecting traffic and access. Provide at least 72 hours' notice to Engineer of operations that will alter access to the Site. F. Where access road crosses existing fences,install and maintain gates. G. Upon completion of construction, leave access roads in condition suitable for future use by Owner. Replace damaged or broken culverts with new culvert pipe of same diameter and material. 3.06 PARKING AREAS A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles,Owner's operations, or construction operations. B. Provide parking facilities for personnel working on the Project.No employee or equipment parking will be permitted on Owner's existing paved areas. C. Use area designated on Drawings for parking of Contractor's and Contractor's employees' vehicles. CVO/321068A NOVEMBER 10,2005 01500 11 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.07 VEHICULAR TRAFFIC A. Comply with Laws and Regulations regarding closing or restricting use of public streets or highways.No public or private road shall be closed, except by written permission of proper authority. Assure the least possible obstruction to traffic and normal commercial pursuits. B. Conduct the Work to interfere as little as possible with public travel,whether vehicular or pedestrian. C. Whenever it is necessary to cross,close, or obstruct roads,driveways, and walks, whether public or private,provide and maintain suitable and safe bridges, detours, or other temporary expedients for accommodation of public and private travel. 3.08 CLEANING DURING CONSTRUCTION A. In accordance with General Conditions, as may be specified in other Specification sections, and as required herein. B. Wet down exterior surfaces prior to sweeping to prevent blowing of dust and debris. At least weekly, sweep all floors(basins,tunnels,platforms, a walkways,roof surfaces), and pick up all debris and dispose. C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. At least at weekly intervals, dispose of such waste materials,debris, and rubbish offsite. D. At least weekly, brush sweep entry drive and roadways, and all other streets and walkways affected by the Work and where adjacent to the Work. END OF SECTION CVO/321068A NOVEMBER 10,2005 01500 12 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01600 MATERIAL AND EQUIPMENT PART1 GENERAL 1.01 DEFINITIONS A. Products: 1. New items for incorporation in the Work,whether purchased by Contractor or Owner for the Project, or taken from'previously purchased stock and may also include existing materials or components required for reuse. 2. Includes the terms material,equipment,machinery, components, subsystem, system,hardware, software, and terms of similar intent and is not intended to change meaning of such other terms used in Contract Documents, as those terms are self-explanatory and have well recognized meanings in construction industry. 3. Items identified by manufacturer's product name, including make or model designation, indicated in manufacturer's published product literature,that is current as of the date of the Contract Documents. 1.02 DESIGN REQUIREMENTS A. Where Contractor design is specified, design of installation, systems, equipment,and components, including supports and anchorage, shall be in accordance with provisions of latest edition of International Building Code (IBC)by International Code Council. 1. Wind: Basic wind speed,V: 90 mph, with exposure category C,and an importance factor, I, of 1.15. 2. Seismic: Zone N/A, importance factor, I, of 1.5, Seismic Use Group III, Site Class Definition D, Seismic Design Criteria C, Spectral response at short periods, Ss= 11.7 percent, spectral response at period of 1 second, S1= 5.6 percent, unless otherwise specified. 1.03 ENVIRONMENTAL REQUIREMENTS A. Altitude: Provide materials and equipment suitable for installation and operation under rated conditions at 600 feet above sea level. B. Provide equipment and devices installed outdoors or in unheated enclosures capable of continuous operation within an ambient temperature range of 0 degree F to 120 degrees F. CVO/321068A 1 NOVEMBER 7, 2005 01600 MATERIAL AND EQUIPMENT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.04 PREPARATION FOR SHIPMENT A. When practical, factory assemble products.Mark or tag separate parts and assemblies to facilitate field assembly. Cover machined and unpainted parts that may be damaged by the elements with strippable protective coating. B. Package products to facilitate handling and protect from damage during shipping, handling, and storage. Mark or tag outside of each package or crate to indicate its purchase order number, bill of lading number, contents by name, name of Project and Contractor, equipment number, and approximate weight. Include complete packing list and bill of materials with each shipment. C. Extra Materials, Special Tools,Test Equipment,and Expendables: 1. Furnish as required by individual Specifications. 2. Schedule: a. Ensure that shipment and delivery occurs concurrent with shipment of associated equipment. b. Transfer to Owner shall occur immediately subsequent to Contractor's acceptance of equipment from Supplier. 3. Packaging and Shipment: a. Package and ship extra materials and special tools to avoid damage during long term storage in original cartons insofar as possible,or in appropriately sized, hinged-cover,wood,plastic, or metal box. b. Prominently displayed on each package,the following: 1) Manufacturer's part nomenclature and number,consistent with Operation and Maintenance Manual identification system. 2) Applicable equipment description. 3) Quantity of parts in package. 4) Equipment manufacturer. 4. Deliver materials to Site. 5. Notify Owner upon arrival for transfer of materials. 6. Replace extra materials and special tools found to be damaged or otherwise inoperable at time of transfer to Owner. D. Request a minimum 7-day advance notice of shipment from manufacturer. E. Factory Test Results: Reviewed and accepted by Engineer before product shipment as required in individual Specification sections. CVO/321068A 2 NOVEMBER 7, 2005 a1600 „ MATERIAL AND EQUIPMENT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.05 DELIVERY AND INSPECTION A. Deliver products in accordance with accepted current Progress Schedule and coordinate to avoid conflict with the Work and conditions at Site. Deliver anchor bolts and templates sufficiently early to permit setting prior to placement of structural concrete. B. Deliver products in undamaged condition, in manufacturer's original container or packaging, with identifying labels intact and legible. Include on label, date of manufacture and shelf life, where applicable. C. Unload products in accordance with manufacturer's instructions for unloading or as specified. Record receipt of products at Site. Promptly inspect for completeness and evidence of damage during shipment. D. Remove damaged products from Site and expedite delivery of identical new undamaged products, and remedy incomplete or lost products to provide that specified, so as not to delay progress of the Work. 1.06 HANDLING, STORAGE, AND PROTECTION A. Handle and store products in accordance with manufacturer's written instructions and in a manner to prevent damage. Store in approved storage yards or sheds provided in accordance with Section 01500, Construction Facilities and Temporary Controls. Provide manufacturer's recommended maintenance during storage, installation, and until products are accepted for use by Owner. B. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. Keep running account of products in storage to facilitate inspection and to estimate progress payments for products delivered, but not installed in the Work. C. Store electrical, instrumentation,and control products, and equipment with bearings in weather-tight structures maintained above 60 degrees F. Protect electrical, instrumentation, and control products, and insulation against moisture, water, and dust damage. Connect and operate continuously all space heaters furnished in electrical equipment. D. Store fabricated products above ground on blocking or skids, and prevent soiling or staining. Store loose granular materials in well-drained area on solid surface to prevent mixing with foreign matter. Cover products that are subject to deterioration with impervious sheet coverings;provide adequate ventilation to avoid condensation. CVO/321068A 3 NO 01600 MATERIAL I` �s, EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. Store finished products that are ready for installation in dry and well- ventilated areas. Do not subject to extreme changes in temperature or humidity. F. After installation,provide coverings to protect products from damage due to traffic and construction operations. Remove coverings when no longer needed. G. Hazardous Materials: Prevent contamination of personnel, storage building, and Site. Meet requirements of product specification, codes, and manufacturer's instructions. PART 2 PRODUCTS 2.01 GENERAL A. Provide manufacturer's standard materials suitable for service conditions, unless otherwise specified in the individual Specifications. B. Where product specifications include a named manufacturer, with or without model number, and also include performance requirements, named manufacturer's products must meet the performance specifications. C. Like items of products furnished and installed in the Work shall be end products of one manufacturer and of the same series or family of models to achieve standardization for appearance, operation and maintenance, spare parts and replacement, manufacturer's services, and implement same or similar process instrumentation and control functions in same or similar manner. D. Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. E. Provide interchangeable components of the same manufacturer, for similar components, unless otherwise specified. F. Equipment, Components, Systems, Subsystems: Design and manufacture with due regard for health and safety of operation,maintenance, and accessibility, durability of parts, and shall comply with applicable OSHA, state, and local health and safety regulations. G. Regulatory Requirement: Coating materials shall meet federal, state, and local requirements limiting the emission of volatile organic compounds and for worker exposure. CVO/32106PA 4 NOVEMBER 7, 2005 01600 MATERIAL AND EQUIPMENT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT H. Safety Guards: Provide for all belt or chain drives, fan blades, couplings, or other moving or rotary parts. Cover rotating part on all sides. Design for easy installation and removal. Use 16-gauge or heavier; galvanized steel, aluminum coated steel, or galvanized or aluminum coated 1/2-inch mesh expanded steel. Provide galvanized steel accessories and supports, including bolts. For outdoors application,prevent entrance of rain and dripping water. I. Authority Having Jurisdiction(AHJ): 1. Provide the Work in accordance with NFPA 70,National Electrical Code (NEC). Where required by the AHJ, material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization acceptable to the AHJ in order to provide a basis for approval under NEC. 2. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories,Inc. shall conform to those standards and shall have an applied UL listing mark. J. Equipment Finish: 1. Provide manufacturer's standard finish and color,except where specific color is indicated. 2. If manufacturer has no standard color,provide equipment with gray finish as approved by Owner. K. Special Tools and Accessories: Furnish to Owner, upon acceptance of equipment, all accessories required to place each item of equipment in full operation. These accessory items include, but are not limited to, adequate oil and grease (as required for first lubrication of equipment after field testing), light bulbs,fuses,hydrant wrenches, valve keys,handwheels,chain operators, special tools, and other spare parts as required for maintenance. L. Lubricant: Provide initial lubricant recommended by equipment manufacturer in sufficient quantity to fill lubricant reservoirs and to replace consumption during testing, startup, and operation until final acceptance by Owner. 2.02 FABRICATION AND MANUFACTURE A. General: 1. Manufacture parts to U.S.A. standard sizes and gauges. 2. Two or more items of the same type shall be identical,by the same manufacturer, and interchangeable. 3. Design structural members for anticipated shock and vibratory loads. CVO/321068A 5 NOVEMBER 7, 2005 01600 MATERIAL AND EQUIPMENT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 4. Use 1/4-inch minimum thickness for steel that will be submerged, wholly or partially, during normal operation. 5. Modify standard products as necessary to meet performance Specifications. B. Lubrication System: 1. Require no more than weekly attention during continuous operation. 2. Convenient and accessible. Oil drains with bronze or stainless steel valves and fill-plugs easily accessible from the normal operating area or platform. Locate drains to allow convenient collection of oil during oil changes without removing equipment from its installed position. 3. Provide constant-level oilers or oil level indicators for oil lubrication systems. 4. For grease type bearings, which are not easily accessible,provide and install stainless steel tubing;protect and extend tubing to convenient location with suitable grease fitting. 2.03 SOURCE QUALITY CONTROL A. Where Specifications call for factory testing to be witnessed by Engineer, notify Engineer not less than 14 days prior to scheduled test date,unless otherwise specified. B. Calibration Instruments: Bear the seal of a reputable laboratory certifying instrument has been calibrated within the previous 12 months to a standard endorsed by the National Institute of Standards and Technology (NIST). C. Factory Tests: Perform in accordance with accepted test procedures and document successful completion. PART 3 EXECUTION 3.01 INSPECTION A. Inspect materials and equipment for signs of pitting,rust decay, or other deleterious effects of storage. Do not install material or equipment showing such effects. Remove damaged material or equipment from the Site and expedite delivery of identical new material or equipment. Delays to the Work resulting from material or equipment damage that necessitates procurement of new products will be considered delays within Contractor's control. 3.02 INSTALLATION A. Equipment Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned. CVO/321068A 6 NOVEMBER 7, 2005 01600 MATERIAL AND EQUIPMENT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. No shimming between machined surfaces is allowed. C. Install the Work in accordance with NECA Standard of Installation,unless otherwise specified. D. Repaint painted surfaces that are damaged prior to equipment acceptance. E. Do not cut or notch any structural member or building surface without specific approval of Engineer. F. Handle, install, connect, clean, condition, and adjust products in accordance with manufacturer's instructions,and as may be specified. Retain a copy of manufacturers' instruction at Site, available for review at all times. G. For material and equipment specifically indicated or specified to be reused in the Work: 1. Use special care in removal, handling, storage, and reinstallation to assure proper function in the completed Work. 2. Arrange for transportation, storage, and handling of products that require offsite storage,restoration, or renovation. Include costs for such Work in the Contract Price. 3.03 FIELD FINISHING A. In accordance with Section 09900, Painting and Protective Coatings. 3.04 ADJUSTMENT AND CLEANING A. Perform required adjustments,tests, operation checks, and other startup activities. 3.05 LUBRICANTS A. Fill lubricant reservoirs and replace consumption during testing, startup, and operation prior to acceptance of equipment by Owner. END OF SECTION CVO/321068A 7 NOVEMBER 7, 2005 01600 MATERIAL AND EQUIPMENT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01640 MANUFACTURERS' SERVICES PART1 GENERAL 1.01 DEFINITIONS A. Person-Day: One person for 8 hours within regular Contractor working hours. 1.02 SUBMITTALS A. Informational Submittals: 1. Training Schedule: Submit not less than 21 days prior to start of equipment installation and revise as necessary for acceptance. 2. Lesson Plan: Submit proposed lesson plan not less than 21 days prior to scheduled training and revise as necessary for acceptance. 3. Training Session Tapes: Furnish Owner with two complete sets of tapes fully indexed and cataloged with printed label stating session and date taped. 1.03 QUALIFICATION OF MANUFACTURER'S REPRESENTATIVE A. Authorized representative of the manufacturer, factory trained, and experienced in the technical applications,installation, operation, and maintenance of respective equipment,subsystem, or system, with full authority by the equipment manufacturer to issue the certifications required of the manufacturer. Additional qualifications may be specified elsewhere. B. Representative subject to acceptance by Owner and Engineer.No substitute representatives will be allowed unless prior written approval by such has been given. PART 2 PRODUCTS(NOT USED) PART3 EXECUTION 3.01 FULFILLMENT OF SPECIFIED MINIMUM SERVICES A. Furnish manufacturers' services when required by an individual specification section,to meet the requirements of this Section. B. Where time is necessary in excess of that stated in the Specifications for manufacturers' services,or when a minimum time is not specified,the time required to perform the specified services shall be considered incidental. CVO/321068A NOVEMBER 7, 2005 01640 1 MANUFACTURERS' SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Schedule manufacturer' services to avoid conflict with other onsite testing or other manufacturers' onsite services. D. Determine,before scheduling services,that all conditions necessary to allow successful testing have been met. E. Only those days of service approved by Engineer will be credited to fulfill the specified minimum services. F. When specified in individual specification sections,manufacturer's onsite services shall include: 1. Assistance during product(system, subsystem, or component) installation to include observation, guidance, instruction of Contractor's assembly, erection, installation or application procedures. 2. Inspection, checking, and adjustment as required for product(system, subsystem,or component)to function as warranted by manufacturer and necessary to furnish Manufacturer's Certificate of Proper Installation. 3. Providing, on a daily basis,copies of all manufacturers' representatives field notes and data to Engineer. 4. Revisiting the Site as required to correct problems and until installation and operation are acceptable to Engineer. 5. Resolution of assembly or installation problems attributable to, or associated with,respective manufacturer's products and systems. 6. Assistance during functional and performance testing, and facility startup and evaluation. 7. Training of Owner's personnel in the operation and maintenance of respective product as required. 8. Additional requirements may be specified elsewhere. 3.02 MANUFACTURER'S CERTIFICATE OF COMPLIANCE A. When specified in individual Specification section, submit prior to shipment of product or material. B. Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by accepted certification of compliance. C. Signed by product manufacturer certifying that product or material specified conforms to or exceeds specified.Attach supporting reference data, affidavits, and certifications as appropriate. D. May reflect recent or previous test results on material or product, if acceptable to Engineer. CVO/321068A NOVEMBER 7, 2005 01640 2 MANUFACTURERS' SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT oabw 3.03 MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION A. When so specified, a Manufacturer's Certificate of Proper Installation form,a copy of which is attached to this section, shall be completed and signed by the equipment manufacturer's representative. B. Such form shall certify that the signing party is a duly authorized representative of the manufacturer, is empowered by the manufacturer to inspect, approve, and operate their equipment and is authorized to make recommendations required to assure that the equipment is complete and operational. 3.04 TRAINING A. General: 1. Furnish manufacturers' representatives for detailed classroom and hands-on training to Owner's personnel on operation and maintenance of specified product(system, subsystem,component)and as may be required in applicable Specifications. 2. Furnish trained, articulate personnel to coordinate and expedite training, to be present during training coordination meetings with Owner, and familiar with operation and maintenance manual information specified in Section 01730, Operating and Maintenance Data. 3. Manufacturer's representative shall be familiar with facility operation and maintenance requirements as well as with specified equipment. 4. Furnish complete training materials,to include operation and maintenance data,to be retained by each trainee. B. Training Schedule: 1. List specified equipment and systems that require training services and show: a. Respective manufacturer. b. Estimated dates for installation completion. C. Estimated training dates. 2. Allow for multiple sessions when several shifts are involved. 3. Adjust schedule to ensure training of appropriate personnel as deemed necessary by Owner, and to allow full participation by manufacturers' representatives. Adjust schedule for interruptions in operability of equipment. 4. Coordinate with Section 01315,Progress Schedules and Reports, and Section 0 18 10, Equipment Testing and Facility Startup. CVO/321068A NOVEMBER 7,2005 01640 3 MANUFACTURERS' SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Lesson Plan: When manufacturer or vendor training of Owner personnel is specified, prepare for each required course, containing the following minimum information: 1. Title and objectives. 2. Recommended types of attendees (e.g.,managers,engineers, operators, maintenance). 3. Course description and outline of course content. 4. Format(e.g., lecture, self-study,demonstration,hands-on). 5. Instruction materials and equipment requirements. 6. Resumes of instructors providing the training. D. Pre-Startup Training: 1. Coordinate training sessions with Owner's operating personnel and manufacturers' representatives, and with submission of operation and maintenance manuals in accordance with Section 0 173 0, Operating and Maintenance Data. 2. Complete at least 14 days prior to beginning of facility startup. E. Post-Startup Training: If required in Specifications, furnish and coordinate training of Owner's operating personnel by respective manufacturer's representatives. F. Taping of Training Sessions: 1. Furnish audio and color video taping of prestartup and post-startup instruction sessions, including manufacturers' representatives' hands-on equipment instruction and classroom sessions. 2. Video training tapes shall be produced by a qualified,professional video production company. 3. Use VHS format, suitable for playback on standard equipment available commercially in the United States. 4. Include only one training session on each tape, or on a single track of a tape. 3.05 SUPPLEMENT A. The supplement listed below, following"End of Section,"is a part of this Specification. 1. Manufacturer's Certificate of Proper Installation Form. END OF SECTION CV0/321068A NOVEMBER 7, 2005 01640 4 MANUFACTURERS' SERVICES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION OWNER EQPT SERIAL NO: EQPT TAG NO: EQPT/SYSTEM: PROJECT NO: SPEC.SECTION: I hereby certify that the above-referenced equipment/system has been: (Check Applicable) ❑ Installed in accordance with Manufacturer's recommendations. ❑ Inspected,checked,and adjusted. ❑ Serviced with proper initial lubricants. ❑ Electrical and mechanical connections meet quality and safety standards. ❑ All applicable safety equipment has been properly installed. ❑ Functional tests. ❑ System has been performance tested,and meets or exceeds specified performance requirements.(When complete system of one manufacturer) Note:Attach any performance test documentation from manufacturer. Comments: I,the undersigned Manufacturer's Representative,hereby certify that I am(i)a duly authorized representative of the manufacturer,(ii)empowered by the manufacturer to inspect,approve,and operate his equipment and(iii)authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational,except as may be otherwise indicated herein.I further certify that all information contained herein is true and accurate. Date: P20- Manufacturer: 20Manufacturer: By Manufacturer's Authorized Representative: (Authorized Signature) CVO/321068A NOVE 113 01640 SUPPLEMENT 1 MANUFACTURER �:�_ ^.a.� � } . .:; ' r EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.01 SCOPE OF WORK A. This Section outlines the procedure to be followed in closing out the Contract. 1.02 SUBSTANTIAL COMPLETION A. The Substantial Completion dates shall be established as stated in the Contract. 1.03 FINAL CLEANING 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. The Contractor shall thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes. The cleaning shall leave the structures and site in a complete and finished condition to the satisfaction of the Engineer. 2. All Subcontractors shall similarly perform, at the same time,an equivalent thorough cleaning of all work and equipment provided under their contracts. 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, gravel,rubbish and waste material. See Section 01500, Construction Facilities and Temporary Controls. 4. Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor. B. Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D. In preparation for substantial completion or occupancy, conduct final inspection of sight-exposed interior and exterior surfaces,and of concealed spaces. CVO/321068A NOVEMBER 7,2005 01700 1 CONTRACT CLOSEOUT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. Remove grease, dust, dirt, stains,labels, fingerprints, and other foreign materials from sight-exposed interior and exterior finished surfaces. Polish surfaces so designated to shine finish. F. Repair,patch, and touch up marred surfaces to specified finish,to match adjacent surfaces. G. Replace air-handling filters if units were operated during construction. H. Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces,rake clean other surfaces of grounds. I. Handle materials in a controlled manner with as few handlings as possible. Do not drop or throw materials from heights. J. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet,newly-painted surfaces. 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection,the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer,the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice,he shall inform the Engineer, in writing,that the required work has been completed. Upon receipt of this notice,the Engineer, in the presence of the Owner and the Contractor, will make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection,the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work,the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. CVO/321068A NOVEMBER 7,2005 01700 2 CONTRACT CLOSEOUT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.05 FINAL SUBMITTALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to,the following: 1. Final Shop Drawings. 2. Project Record Documents 3. All interface information. 4. All Operation and Maintenance Manuals. 5. All required indices and schedules. 6. All Manufacturers' Certificates of Proper Installation. 7. All construction photographs, including those of the completed Project. 8. All State required submittals. 9. Certificate that all outstanding debts are paid and that there are no liens on the Project. 1.06 ACCESSORY ITEMS A. The Contractor shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include,but are not limited to,the specified spare parts, adequate oil and grease as required for the first lubrication of the equipment, initial fill-up of all chemical tanks and fuel tanks, light bulbs, fuses, hydrant wrenches,valve wrenches,valve keys, handwheels, and other expendable items as required for initial start-up and operation of all equipment. B. The Owner will provide all process chemicals used in the operation of the plant for purposes of starting up equipment. 1.07 GUARANTEES, BONDS, AND AFFIDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. 1.08 RELEASE OF LIENS OR CLAIMS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. CVO/321068A NOVEMBER 7,2005 01700 3 CONTRACT CLOSEOUT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.09 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION CVO/321068A NOVEMBER 7, 2005 01700 4 CONTRACT CLOSEOUT EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01720 PROJECT RECORD DOCUMENTS PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the Site, for the Owner's Use, One Record Copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Engineer's Field Orders or written instructions. 6. Approved Shop Drawings, Working Drawings and Samples. 7. Field test records. 8. Construction photographs. 9. RFIs. 10. Submittal Logs. 1.02 RELATED REQUIREMENTS A. Section 01300, Submittals. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI/CSC format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use Record Documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments,the Contractor is to exhibit the currently updated "Record Documents" for review by the Engineer and the Owner. CVO/321068A NOVEMBER 7,2005 01720 1 PROJECT RECORD DOCUMENTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the color code designated by the Engineer. 1.05 RECORDING A. Label each document "PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. I. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. All underground piping with elevations and dimensions. Changes to piping location. Horizontal and vertical locations of pipe fittings, underground utilities and appurtenances,referenced to permanent surface improvements. Actual installed pipe material, class,etc. 2. Field changes of dimension and detail. 3. Changes made by Field Order or by Change Order. 4. Details not on original contract drawings. 5. Equipment relocations and piping. D. Specifications and Addenda: Legibly mark each Section to record: 1. Manufacturer,trade name,catalog number, and Supplier of each Product and item of equipment actually installed. 2. Changes made by Field Order or by Change Order. 1.06 SUBMITTAL A. At every 6-month interval,a copy of the up-to-date Record Drawings shall be provided to the Engineer. At Contract closeout, deliver Record Documents to the Engineer for the Owner. B. Accompany Submittal with Transmittal Letter in Duplicate, Containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each Record Document. 5. Signature of Contractor or his authorized representative. CVO/321068A NOVEMBER 7,2005 01720 2 PROJECT RECORD DOCUMENTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION CVO/321068A NOVEMBER 7,2005 01720 3 PROJECT RECORD DOCUMENTS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01730 OPERATING AND MAINTENANCE DATA PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1.02 RELATED REQUIREMENTS A. Section 01300, Submittals. B. Section 01700, Contract Closeout. C. Section 01720, Project Record Documents. D. Section 01740, Warranties and Bonds. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent.required to communicate essential data. 4. Skilled as draftsman competent to prepare required Drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in form of an instructional manual for use by Owner's personnel. B. Format: 1. Size: 8-1/2 inches by 11 inches. 2. Paper: a. 40-pound minimum, white, for typed pages. CVO/321068A NOVEMBER 7, 2005 01730 1 OPERATING AND MAINTENANCE DATA EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Holes reinforced with plastic,cloth, or metal. 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings: a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches by 17 inches. 5. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product,and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of Project. b. Identity of separate structure as applicable. C. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. When multiple binders are used, correlate the data into related consistent groupings. D. If available,an electronic form of the O&M Manual shall be provided. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume,arranged in systematic order. 1. Contractor,name of responsible principal,address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List,with each product,name, address and telephone number of: a. Subcontractor or installer. b. A list of each product required to be included,indexed to content of the volume. C. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. CVO/321068A NOVEMBER 7, 2005 01730 2 OPERATING AND MAINTENANCE DATA EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each Sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. C. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 3. Do not use Project Record Drawings as maintenance drawings. D. Written text,as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instructions of each procedure. E. Copy of each Warranty, Bond, and Service Contract Issued: 1. Provide information sheet for Owner's personnel giving: a. Proper procedures in event of failure. b. Instances which might affect validity of warranties or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit five copies of complete manual in final form. B. Content- for Architectural Products,Applied Materials and Finishes: 1. Manufacturer's data, giving full information on products: a. Catalog number, size,composition. b. Color and texture designations. C. Information required for re-ordering special-manufactured products. 2. Instructions for Care and Maintenance: a. Manufacturer's recommendation for types of cleaning agents and methods. CVO/321068A NOVEMBER 7,2005 01730 3 OPERATING AND MAINTENANCE DATA EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Cautions against cleaning agents and methods which are detrimental to product. C. Recommended schedule for cleaning and maintenance. C. Content, for Moisture-Protection and Weather-Exposure Products: 1. Manufacturer's Data, giving full Information on Products: a. Applicable standards. b. Chemical composition. C. Details of installation. 2. Instructions for inspection, maintenance and repair. D. Additional Requirements for Maintenance Data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit five copies of complete manual in final form. B. Content, for Each Unit of Equipment and System, as Appropriate: 1. Description of Unit and Component Parts: a. Function,normal operating characteristics, and limiting "° conditions. b. Performance curves,engineering data and tests. C. Complete nomenclature and commercial number of replaceable parts. 2. Operating Procedures: a. Startup,break-in, routine and normal operating instructions. b. Regulation, control, stopping, shutdown and emergency instructions. C. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: a. Routine operations. b. Guide to "trouble-shooting". C. Disassembly, repair,and reassembly. d. Alignment, adjusting and checking. 4. Servicing and Lubrication Schedule: a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance: a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. CVO/321068A NOVEMBER 7, 2005 01730 4 OPERATING AND MAINTENANCE DATA EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 8. As-installed control diagrams by controls manufacturer. 9. Each Contractor's Coordination Drawings: As-installed color coded piping diagrams. 10. Charts of valve tag numbers,with location and function of each valve. 11. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of specifications. C. Content, for Each Electric and Electronic System,as Appropriate: 1. Description of System and Component Parts: a. Function,normal operating characteristics, and limiting conditions. b. Performance curves,engineering data and tests. C. Complete nomenclature and commercial number of replaceable parts. 2. Circuit Directories of Panelboards: a. Electrical service. b. Controls. C. Communications. 3. As-installed color coded wiring diagrams. 4. Operating Procedures: a. Routine and normal operating instructions. b. Sequences required. C. Special operating instructions. 5. Maintenance Procedures: a. Routine operations. b. Guide to "trouble-shooting." C. Disassembly, repair and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. E. Additional Requirements for Operating and Maintenance Data: Respective sections of Specifications. CVO/321068A NOVEM Miff 01730 5 OPERATING AND MAINTEN N qq 4 �9 FT. {�1 . EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.08 SUBMITTAL SCHEDULE A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and Maintenance Manuals and list of O&M submittals within 60 days after Notice to Proceed. 1. The Engineer will review the preliminary draft and return two copies with comments. B. Submit five copies of completed data in final form no later than 30 days following the Engineer's review of the last Shop Drawing and/or other submittal specified under Section 01300, Submittals. 1. Two copies will be returned with comments to be incorporated into final copies. C. Submit five copies of approved manual in final form directly to the offices of the Engineer within 30 calendar days of product shipment to the Project Site and preferably within 30 days after the reviewed copy is received. D. Submit six copies of addendum to the operation and maintenance manuals as applicable and certificates within 30 days after substantial completion. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance,fully instruct Owner's designated operating and maintenance personnel in operation,adjustment,and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall be approved prior to commencing training. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. C. As a minimum, instruction of Owner's personnel will require 2 days Onsite. Four 2-hour classes for the four operations' groups, and one 4-hour class for instrument technicians, and one 4-hour class for mechanics will be required. This training will not reduce the training required in the individual equipment specifications. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION "- CV0/3 1068A NOVEMBER 7,2005 01730 6 OPERATING AND MAINTENANCE DATA EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01740 WARRANTIES AND BONDS PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile specified warranties and bonds, in accordance with the General Conditions. B. Co-execute submittals when so specified. C. Review submittals to verify compliance with Contract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders:Bid Bonds. B. Conditions of the Contract: Performance Bond and Payment Bond. C. Agreement. D. Section 01700, Contract Closeout. E. Special Conditions: Maintenance Bond. 1.03 SUBMITTAL REQUIREMENTS A. Assemble warranties,bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers,and subcontractors. B. Number of original signed copies required: Two each. C. Table of Contents:Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal,address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. CVO/321068A NOVEMBER 7, 2005 01740 1 WARRANTIES AND BONDS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 6. Provide Information for Owner's Personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. Contractor,name of responsible principal, address and telephone number. 1.04 FORMS OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 inches by 11 inches, punch sheets for standard three -post binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS." List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality,three-post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for 2 years,unless otherwise specified, commencing at the time of final acceptance by the Owner. B. The Contractor shall be responsible for obtaining certificates for equipment warranty for all major equipment specified under Divisions 11, 13, 14, 15,and 16, and which has a 1 horsepower motor or which lists for more than$1,000. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's 1-year warranty period even though certificates of warranty may not be required. C. For certain pieces of equipment,the Owner may require a warranty of more than 1 year. The requirement for a warranty of more than 1 year shall be specified in individual sections of the Specifications. CVO/321068A NOVEMBER 7,2005 01740 2 WARRANTIES AND BONDS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION(NOT USED) END OF SECTION CVO/321068A NOVEMBER 7, 2005 01740 3 WARRANTIES AND BONDS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 01810 EQUIPMENT TESTING AND FACILITY STARTUP PART1 GENERAL 1.01 DEFINITIONS A. Facility: Entire Project,or an agreed-upon portion, including all of its unit processes. B. Functional Test: Test or tests in presence of Engineer and Owner to demonstrate that installed equipment meets manufacturer's installation, calibration, and adjustment requirements and other requirements as specified. C. Performance Test: Test or tests performed after any required functional test in presence of Engineer and Owner to demonstrate and confirm individual equipment meets performance requirements specified in individual sections. D. Unit Process: As used in this section, a unit process is a portion of the facility that performs a specific process function, such as the intake, air compressor package, and pneumatically operated valve. E. Facility Performance Demonstration: 1. A demonstration,conducted by Contractor, with assistance of Owner,to demonstrate and document the performance of the entire operating facility,•both manually and automatically(if required),based on criteria developed in conjunction with Owner and as accepted by Engineer. 2. Such demonstration is for the purposes of(i)verifying to Owner entire facility performs as a whole,and(ii) documenting performance characteristics of completed facility for Owner's records.Neither the demonstration nor the evaluation is intended in any way to make performance of a unit process or entire facility the responsibility of Contractor, unless such performance is otherwise specified. 1.02 SUBMITTALS A. Informational Submittals: 1. Facility Startup and Performance Demonstration Plan. 2. Functional and performance test results. 3. Completed Unit Process Startup Form for each unit process. 4. Completed Facility Performance Demonstration/Certification Form. CVO/321068A 1 NOVEMBER 7, 2005 01810 EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.03 FACILITY STARTUP AND PERFORMANCE DEMONSTRATION PLAN A. Develop a written plan, in conjunction with Owner's operations personnel;to include the following: 1. Step-by-step instructions for startup of each unit process and the complete facility. 2. Unit Process Startup Form(sample attached),to minimally include the following: a. Description of the unit process, including equipment numbers/nomenclature of each item of equipment and all included devices. b. Detailed procedure for startup of the unit process, including valves to be opened/closed, order of equipment startup, etc. C. Startup requirements for each unit process, including water, power, chemicals, etc. d. Space for evaluation comments. 3. Facility Performance Demonstration/Certification Form(sample attached),to minimally include the following: a. Description of unit processes included in the facility startup. b. Sequence of unit process startup to achieve facility startup. C. Description of computerized operations, if any,included in the facility. d. Contractor certification facility is capable of performing its intended f inction(s),including fully automatic operation. e. Signature spaces for Contractor and Engineer. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Facility Startup Meetings: Schedule, in accordance with requirements of Section 01200, Project Meetings,to discuss test schedule,test methods, materials,chemicals and liquids required,facilities operations interface,and Owner involvement. B. Contractor's Testing and Startup Representative: 1. Designate and furnish one or more personnel to coordinate and expedite testing and facility startup. 2. Representative(s) shall be present during startup meetings and shall be available at all times during testing and startup. CVO/321068A 2 NOVEMBER 7, 2005 01810 EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Provide temporary valves, gauges,piping,test equipment and other materials and equipment required for testing and startup. D. Provide Subcontractor and equipment manufacturers' staff adequate to prevent delays. Schedule ongoing work so as not to interfere with or delay testing and startup. E. Owner will: 1. Provide water,power,chemicals, and other items as required for startup, unless otherwise indicated. 2. Operate process units and facility with support of Contractor. 3. Provide labor and materials as required for laboratory analyses. 4. Make available spare parts, special tools, and operation and maintenance information for Owner-furnished products. 3.02 EQUIPMENT TESTING A. Preparation: 1. Complete installation before testing. 2. Furnish qualified manufacturers' representatives, when required by individual Specification sections. 3. Obtain and submit from equipment manufacturer's representative Manufacturer's Certificate of Proper Installation Form, in accordance with Section 01640, Manufacturers' Services, when required by individual Specification sections. 4. Equipment Test Report Form: Provide written test report for each item of equipment to be tested,to include the minimum information: a. Owner/Project Name. b. Equipment or item tested. C. Date and time of test. d. Type of test performed(Functional or Performance). e. Test method. f. Test conditions. g. Test results. h. Signature spaces for Contractor and Engineer as witness. 5. Cleaning and Checking: Prior to beginning functional testing: a. Calibrate testing equipment in accordance with manufacturer's instructions. b. Inspect and clean equipment, devices, connected piping, and structures to ensure they are free of foreign material. C. Lubricate equipment in accordance with manufacturer's instructions. CVO/321068A 3 NOVEMBER 7, 2005 01810 EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT d. Turn rotating equipment by hand when possible to confirm that equipment is not bound. e. Open and close valves by hand and operate other devices to check for binding, interference, or improper functioning. f. Check power supply to electric-powered equipment for correct voltage. g. Adjust clearances and torque. h. Test piping for leaks. 6. Ready-to-test determination will be by Engineer based at least on the following: a. Acceptable Operation and Maintenance Data. b. Notification by Contractor of equipment readiness for testing. C. Receipt of Manufacturer's Certificate of Proper Installation, if so specified. d. Adequate completion of work adjacent to, or interfacing with, equipment to be tested, including items to be furnished by Owner. e. Availability and acceptability of manufacturer's representative, when specified,to assist in testing of respective equipment. f. Satisfactory fulfillment of other specified manufacturer's responsibilities. g. Equipment and electrical tagging complete. h. Delivery of all spare parts and special tools. B. Functional Testing: 1. Conduct as specified in individual Specification sections. 2. Notify Owner and Engineer in writing at least 10 days prior to scheduled date of testing. 3. Prepare Equipment Test Report summarizing test method and results. 4. When, in Engineer's opinion,equipment meets functional requirements specified, such equipment will be accepted for purposes of advancing to performance testing phase,if so required by individual Specification sections. Such acceptance will be evidenced by Engineer/Owner's signature as witness on Equipment Test Report. C. Performance Testing: 1. Conduct as specified in individual Specification sections. 2. Notify Engineer and Owner in writing at least 10 days prior to scheduled date of test. 3. Performance testing shall not commence until equipment has been accepted by Engineer as having satisfied functional test requirements specified. 4. Type of fluid,gas,or solid for testing shall be as specified. CVO/321068A 4 NOVEMBER 7,2005 01810 EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Unless otherwise indicated, furnish labor,materials, and supplies for conducting the test and taking samples and performance measurements. 6. Prepare Equipment Test Report summarizing test method and results. 7. When, in Engineer's opinion, equipment meets performance requirements specified, such equipment will be accepted as to conforming to Contract requirements. Such acceptance will be evidenced by Engineer's signature on Equipment Test Report. 3.03 STARTUP OF UNIT PROCESSES A. Prior to unit process startup, equipment within unit process shall be accepted by Engineer as having met functional and performance testing requirements specified. 1. Startup sequencing of unit processes shall be in accordance with the sequencing constraints listed in Section 01040, Coordination. B. Make adjustments,repairs, and corrections necessary to complete unit process startup. C. Startup shall be considered complete when, in opinion of Engineer, unit process has operated in manner intended for 5 continuous days without significant interruption. This period is in addition to functional or performance test periods specified elsewhere. D. Significant Interruption: May include any of the following events: 1. Failure of Contractor to provide and maintain qualified onsite startup personnel as scheduled. 2. Failure to meet specified functional operation for more than 2 consecutive hours. 3. Failure of any critical equipment or unit process that is not satisfactorily corrected within 5 hours after failure. 4. Failure of any noncritical equipment or unit process that is not satisfactorily corrected within 8 hours after failure. 5. As determined by Engineer. E. A significant interruption will require startup then in progress to be stopped. After corrections are made, startup test period to start from beginning again. 3.04 FACILITY PERFORMANCE DEMONSTRATION A. When, in the opinion of Engineer, startup of all unit processes has been achieved, sequence each unit process to the point that facility is operational. CVO/321068A 5 NOVEMBER 7,2005 01810 EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Demonstrate proper operation of required interfaces within and between individual unit processes. C. After facility is operating,complete performance testing of equipment and systems not previously tested. D. Document,as defined in Facility Startup and Performance Demonstration Plan,the performance of the facility including its computer system, until all unit processes are operable and under control of computer system. E. Certify, on the Facility Performance Demonstration/Certification Form,that facility is capable of performing its intended function(s), including fully automatic and computerized operation. 3.05 SUPPLEMENTS A. Supplements listed below, following "End of Section,"are a part of this Specification: 1. Unit Process Startup Form. 2. Facility Performance Demonstration/Certification Form. END OF SECTION CVO/321068A 6 NOVEMBER 7, 2005 01810 EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT UNIT PROCESS STARTUP FORM OWNER: PROJECT: Unit Process Description: (Include description and equipment number of all equipment and devices): Startup Procedure(Describe procedure for sequential startup and evaluation,including valves to be opened/closed,order of equipment startup,etc.): Startup Requirements(Water,power,chemicals, Evaluation Comments: CVO/321068A 1 NOVEMBER 7, 2005 01810 SUPPLEMENT EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT FACILITY PERFORMANCE DEMONSTRATION/CERTIFICATION FORM OWNER: PROJECT: Unit Processes Description(List unit processes involved in facility startup): Unit Processes Startup Sequence(Describe sequence for startup,including computerized operations, if any): Contractor Certification that Facility is capable of performing its intended function(s),including fully automatic operation: Contractor: _ Date: .20— Engineer: 20Engineer: Date: -.20— (Authorized 20(Authorized Signature) �w CVO/321068A 1 NOVEMBER 7, 2005 01810 SUPPLEMENT EQUIPMENT TESTING AND FACILITY STARTUP EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02200 SITE PREPARATION PART1 GENERAL 1.01 DEFINITIONS A. Interfering or Objectionable Material: Trash,rubbish, and junk;vegetation and other organic matter,whether alive,dead, or decaying;topsoil. B. Clearing: Removal of interfering or objectionable material lying on or protruding above ground surface. C. Grubbing: Removal of vegetation and other organic matter including stumps, buried logs, and roots greater than 2 inches caliper to a depth of 6 inches below subgrade. D. Scalping: Removal of sod without removing more than upper 3 inches of topsoil. E. Stripping: Removal of topsoil remaining.after applicable scalping is completed. F. Project Limits: Areas, as shown or specified,within which Work is to be performed. 1.02 SUBMITTALS A. Action Submittals: Drawings clearly showing clearing, grubbing, and stripping limits. 1.03 QUALITY ASSURANCE A. Obtain Engineer's approval of staked clearing, grubbing,and stripping limits, prior to commencing clearing,grubbing, and stripping. 1.04 SCHEDULING AND SEQUENCING A. Prepare Site only after adequate erosion and sediment controls are in place. Limit areas exposed to erosion during installation of temporary erosion and sediment controls to maximum of 0.5 acre. CVO/321068A NOVEMBER 7, 2005 02200 1 SITE PREPARATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Clear, grub, and strip areas actually needed for waste disposal, borrow,or Site improvements within limits shown or specified. B. Do not injure or deface vegetation that is not designated for removal. 3.02 LIMITS A. As follows,but not to extend beyond Project limits. 1. Excavation Excluding Trenches: 5 feet beyond top of cut slopes. 2. Trench Excavation: 6 feet from trench centerline, regardless of actual trench width. 3. Fill: a. Clearing and Grubbing: 5 feet beyond toe of permanent fill. b. Stripping and Scalping: 2 feet beyond toe of permanent fill. 4. Waste Disposal: a. Clearing: 5 feet beyond perimeter. ' b. Scalping and Stripping: Not required. C. Grubbing: Around perimeter as necessary for neat finished appearance. 5. Structures: 15 feet outside of new structures. 6. Roadways: Clearing, grubbing, scalping, and stripping 10 feet from roadway shoulders. B. Remove rubbish,trash, and junk from entire area within Project limits. 3.03 CLEARING A. Clear areas within limits shown or specified. B. Fell trees so that they fall away from facilities and vegetation not designated for removal. C. Cut stumps not designated for grubbing flush with ground surface. D. Cut off shrubs,brush,weeds,and grasses to within 2 inches of ground surface. 3.04 GRUBBING A. Grub areas within limits shown or specified. CVO/321068A NOVEMBER 7,2005 02200 2 SITE PREPARATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.05 SCALPING A. Do not remove sod until after clearing and grubbing is completed and resulting debris is removed. B. Scalp areas within limits shown or specified. 3.06 STRIPPING A. Do not remove topsoil until after scalping is completed. B. Strip areas within limits to minimum depths shown or specified. Do not remove subsoil with topsoil. 3.07 DISPOSAL A. Clearing and Grubbing Debris: Dispose of debris offsite. B. Scalpings: As specified for clearing and grubbing debris. C. Strippings: 1. Dispose of strippings that are unsuitable for topsoil or that exceed quantity required for topsoil offsite. 2. Stockpile topsoil in sufficient quantity to meet Project needs. Dispose of excess strippings as specified for clearing and grubbing. END OF SECTION CVO/321068A NOVEMBER 7, 2005 02200 3 SITE PREPARATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02210 TURBIDITY CURTAIN AND OIL BOOM PART1 GENERAL 1.01 WORK INCLUDED A. Eagle Mountain Reservoir is the major raw water source for the City of Fort Worth. An oil boom and oil collection system shall be maintained around each piece of floating equipment or land based equipment to prevent oil from entering the reservoir raw water intake or flowing down the Trinity River. B. The Contractor shall control the work and design the primary and secondary silt curtains to limit the turbidity at the entrance to the existing intake structures and shall not exceed the background turbidity by more than 5 NTU. The background turbidity shall be determined by City of Fort Worth. C. The work in this Section consists of all construction operations relating to the turbidity curtains and oil booms. These construction operations include, but are not necessarily limited to the following: 1. Design, manufacturer, install and maintain turbidity curtains and oil booms around the area of marine construction for the intake protection of the water released from the Trinity River,the reservoir, and the raw water intake. Curtain to remain in place during excavation,intake installation and backfilling. Maintain the curtain(s) in good working condition for the duration of Intake construction operations. The turbidity curtain(s) shall not be removed until all operations noted above have been completed and the water quality within the confines of the turbidity curtain has met the water quality standards noted herein and requirements in Section 01500, Construction Facilities and Temporary Controls. The Contractor shall install as many turbidity curtains as are necessary to meet the water quality objectives noted herein and in Section 01500, Construction Facilities and Temporary Controls. The Primary Turbidity Curtain shall be installed in the reservoir as specified. Other secondary curtains, to be installed at the Contractor's option, or as necessary to protect the reservoir, releases to the Trinity River and the raw water supply for the City of Fort Worth WTP. 2. Design, manufacture, installation and maintenance of the oil booms around all equipment on or adjacent to the Eagle Mountain Reservoir to protect the raw water supply and the river downstream from contamination from oil. CVO/321608A NOVEMBER 7, 2005 02210 1 TURBIDITY CURTAIN AND OIL BOOM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. The purpose of the curtain(s) is to minimize the transport of turbidity, sediment and other constituents noted in Section 01500, Construction Facilities and Temporary Controls, and specified herein generated by water and construction operations in Eagle Mountain Reservoir, including excavation,tremie concrete, backfill and other construction activities to provide sufficient residence time to allow sediment and soil particles to fall out of suspension, turbidity reduction, and meet all requirements established by the Owner or regulatory agencies. E. Since it will require time to manufacture and install additional, secondary turbidity curtains, and the short distance between the construction area to either the intake structures or the outlet to the Trinity river,the Contractor shall install the primary and one secondary curtain as a minimum and make other provisions as necessary to meet the turbidity limits at the entrance to the existing intakes or River outlet. The Contractor shall maintain the turbidity curtains in place and in good working condition until the marine work is completed and the turbidity in the work area meets the requirements. F. The Contractor shall develop a plan to monitor the turbidity throughout the water column at the edge of the turbidity curtain/barrier and a distance or 20 feet from each intake or the outlet to the river. The location of the monitoring shall be adjusted as appropriate based on direction of the plume, plume velocity, and the change in turbidity with distance from the work area. Initial measurement shall be made daily and adjusted as information is gathered. Monitoring shall continue until the water column is no longer effected by the construction work. Monitoring program shall be developed by and testing performed by the City of Fort Worth. The Contractor shall provide the City with samples. G. The Contractor shall have the design of additional curtains available(and submitted for review)before starting the excavation. Furthermore,the Contractor shall have the materials available onsite for installation within 5 days and installed within 7 days after the turbidity limit of 40 units is exceeded at the sampling/testing points. H. The Contractor shall cooperate with the City to maintain the turbidity limits. In the event the specified turbidity limits are exceeded,the Contractor shall shut down marine work until the turbidity are brought back into the specified limits. I. The requirements of this Section shall be met before construction activities in Eagle Mountain Reservoir begin. CVO/321608A NOVEMBER 7, 2005 02210 2 TURBIDITY CURTAIN AND OIL BOOM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.02 SUBMITTALS A. Prior to manufacturing the curtain(s), submit, for the Engineer's review, the details of the curtain fabrication including: 1. Material certifications and data on physical properties and ultraviolet resistance of permeable and impermeable curtain fabrics. 2. Shop Drawings for curtain and appurtenances. 3. Design analyses and calculations. 4. Installation plan and configuration. 5. Flotation and anchoring plan. 6. Maintenance plan. 7. Methods for providing entry and exit through curtain(s) as necessary for construction of all off shore work, should such egress be proposed by Contractor. 8. Manufacturer qualifications. 9. Profile of reservoir bed, dam and existing intake structures and piping along curtain alignment(s). 1.03 QUALIFICATIONS A. The turbidity curtains and oil booms shall be supplied by a manufacturer with at least 10 years' experience in the industry. B. A manufacturer's representative shall be onsite for installation for at least 3 days. PART 2 PRODUCTS 2.01 CURTAIN FABRIC A. Primary and secondary Turbidity Curtains: 1. Curtain Section: Curtain shall be a combination of impermeable materials, as determined appropriate by the Contractor. Curtain shall be heavy-weight, flexible, nylon-reinforced,polypropylene filter fabric, minimum 22 ounces per square yard, or flexible nylon reinforced thermoplastic 22 ounces per square yard as necessary to control turbidity created during construction, sew into panels,hemmed and edges finished to prevent unraveling. 2.02 CONNECTORS A. Provide the curtain with appropriate galvanized steel snap hooks and rings for connecting load lines. CVO/321608A NOVEMBER 7, 2005 02210 3 TURBIDITY CURTAIN AND OIL BOOM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.03 FLOTATION A. Provide a sufficient number of expanded polystyrene floats sufficient to keep the top of the curtain at or above the water surface with a minimum of 6 inches of freeboard at all times. 2.04 BALLAST AND ANCHORAGE A. The curtain(s) shall be equipped with a galvanized chain integrated into the bottom of the fabric to keep the curtain vertical and in contact with bottom of the lake. The curtain(s) shall also be anchored to the lake bed to prevent excessive displacement from wind,waves and currents. The ballast, anchorage,and floatation shall be designed by the curtain manufacturer for the Eagle Mountain Reservoir wind and wave conditions. Anchors shall be sufficiently spaced to secure the curtain and keep it stable in all conditions. Anchorage and/or flotation shall be designed to keep the top of the curtain(s) above the water surface when subjected to wind or wave forces. B. Design,provide, and install shore anchoring where silt curtain is attached to the shoreline. 2.05 LOAD LINE A. Fit the curtain(s)with galvanized wire rope with vinyl coating of sufficient strength to resist all internal and external loading. 2.06 OIL BOOMS A. Oil booms,skimming devices, and pollution contained devices shall be as necessary to prevent contamination of the reservoir,the raw water supply and the Trinity River. PART 3 EXECUTION 3.01 PREINSTALLATION PROFILE A. Prior to manufacturing the curtain(s),develop a profile of the lake bed for each curtain location. Verify the depth of curtain,especially if the curtain is anchored to the shoreline to confirm the bottom profile at the exact location of curtain placement. Conduct the survey with a recording fathometer and in conformance with the requirements of Section 02250,Marine Construction. Plot the survey at a scale acceptable to the Engineer and submit to the Engineer. CVO/321608A NOVEMBER 7,2005 02210 4 TURBIDITY CURTAIN AND OIL BOOM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. The curtain manufacturer shall use this information to dimension the curtain(s)with allowances for lake level changes. 3.02 CURTAIN AND BOOM DESIGN A. The curtain and boom system shall be designed by a specialty manufacturer who has at least 10 years experience in the industry and so that all permit requirements are met. B. Design Criteria: 1. The curtain and oil boom system shall consist of a primary impermeable curtains,plus secondary curtains as necessary to meet water quality objectives. 2. The primary curtain shall have an impervious section that is full depth and is in contact with the reservoir bottom. 3. The secondary curtain shall consist of an impervious section that is at least 25 feet deep and deeper as necessary to control turbidity. 4. Design the curtain(s)for a useful life of at least 24 months. 5. Design the curtain system for all temperature, wind,wave and current conditions at the project site as well as the anticipated varying lake levels and ice conditions. 6. Design the system to meet the following criteria at those specific locations noted in Section 01500, Construction Facilities and Temporary Controls, and within 10 feet of the intake edge or the entrance to the river outlet, a. Maximum Allowable Turbidity: 5 NTU above background level. 3.03 CURTAIN AND BOOM FABRICATION A. The curtain and boom shall be manufactured by a specialty subcontractor with at least 10 years' experience in turbidity curtain and oil boom design and fabrication. B. Provide the curtain with additional longitudinal panels that can be added when the lake level rises and with removable panels that can be pulled out when the lake level drops. C. Access Gate: Provide means for movement of Contractor's equipment or materials through the curtain as may be required for Contractor's operation. CVO/321608A NOVEMBER 7, 2005 02210 5 TURBIDITY CURTAIN AND OIL BOOM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.04 CURTAIN AND BOOM INSTALLATION A. Coordinate the exact locations with the Engineer to provide sufficient working room that is compatible with the construction methods and also within the work limits shown on the Drawings. B. Deploy the curtains and booms in conformance with the manufacturer's recommendations. 3.05 MAINTENANCE A. Maintain,repair, and adjust the curtains and booms as necessary throughout all construction activities in Eagle Mountain Reservoir. B. The Contractor shall visually inspect the turbidity curtains and booms at least twice daily. A written copy of the inspection report shall be provided to the Engineer weekly. 3.06 CURTAIN AND BOOM REMOVAL A. At the completion of all construction activities in Eagle Mountain Reservoir, remove the turbidity curtains and booms in their entirety. This includes all anchoring devices. B. Do not remove the curtains and booms until the water inside the enclosed area has cleared and meets background turbidity and other water quality standards noted in Section 01500, Construction Facilities and Temporary Controls. C. Obtain Engineer's approval before removing curtains and booms. END OF SECTION CVO/321608A NOVEMBER 7, 2005 02210 6 TURBIDITY CURTAIN AND OIL BOOM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02220 DEMOLITION PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American National Standards Institute(ANSI): A10.6, Safety Requirements for Demolition Operations. 2. Occupational Safety and Health Administration(OSHA),U.S. Code of Federal Regulations (CFR) Title 29 Part 1926—Occupational Safety and Health Regulations for Construction. 3. Environmental Protection Agency (EPA),U.S. Code of Federal Regulations (CFR), Title 40: a. Part 61 National Emission Standards for Hazardous Air Pollutants. b. Part 82—Protection of Stratospheric Ozone. C. Part 273—Standards for Universal Waste Management. 1.02 DEFINITIONS A. Modify: Provide all necessary material and labor to modify an existing item to the condition indicated or specified. B. Renovation: Altering a facility or one or more facility components in any way. 1.03 SUBMITTALS A. Informational Submittals: 1. Submit proposed Demolition/Renovation Plan, in accordance with requirements specified herein, for approval before such Work is started. 2. Submit copies of any notifications, authorizations and permits required to perform the Work. 1.04 REGULATORY AND SAFETY REQUIREMENTS A. When applicable, demolition Work shall be accomplished in strict accordance with 29 CFR 1926-Subpart T. B. Comply with federal, state, and local hauling and disposal regulations. In addition to the requirements of the General Conditions, Contractor's safety requirements shall conform with ANSI A10.6. CVO/321068A NOVEMBER 7,2005 02220 1 DEMOLITION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Furnish timely notification of this demolition project to applicable federal, state,regional, and local authorities in accordance with 40 CFR 61-Subpart M. 1.05 DEMOLITION/RENOVATION PLAN A. Demolition/Renovation Plan shall provide for safe conduct of the Work and shall include: 1. Detailed description of methods and equipment to be used for each operation. 2. The Contractor's planned sequence of operations, including coordination with other work in progress. 3. Procedures for removal and disposition of materials specified to be salvaged. 4. Disconnection schedule of utility services. B. Include statements affirming Contractor inspection of the existing roof deck, floors,walls, and framing members, and their suitability to perform as a safe working platform or, if inspection reveals a safety hazard to workers, state provisions for securing the safety of the workers throughout the performance of the Work. C. Coordinate all demolition and renovation shutdowns for cutting into existing pipe,replacing pipe and other work with Construction Manager, Tarrant Regional Water District, and City of Fort Worth. 1.06 SEQUENCING AND SCHEDULING A. The Work of this Specification shall not commence until Contractor's Demolition/Renovation Plan has been approved by Engineer. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 EXISTING FACILITIES TO BE DEMOLISHED OR RENOVATED A. Facilities: Portions of areas scheduled for selective demolition,partial demolition, and renovation Work are as shown. B. Utilities and Related Equipment: 1. Notify Owner or appropriate utilities to turn off affected services at least 48 hours before starting demolition or renovation activities. CVO/321068A NOVEMBER 7, 2005 02220 2 DEMOLITION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Remove existing utilities as indicated and terminate in a manner conforming to the nationally recognized code covering the specific utility and approved by Engineer. C. Masonry: Sawcut and remove masonry so as to prevent damage to surfaces to remain and to facilitate the installation of new Work. Where new masonry adjoins existing,the new Work shall abut or tie into the existing construction as indicated. D. Concrete: Saw concrete along straight lines to a depth of not less than 2 inches. Make each cut in walls perpendicular to the face and in alignment with the cut in the opposite face. Break out the remainder of the concrete provided that the broken area is concealed in the finished Work, and the remaining concrete is sound.At locations where the broken face cannot be concealed, grind smooth or saw cut entirely through the concrete. Where new concrete adjoins existing,the new Work shall abut or tie into the existing construction as indicated. E. Patching: 1. Where removals leave holes and damaged surfaces exposed in the finished Work,patch and repair to match adjacent finished surfaces as to texture and finish. 2. Where new Work is to be applied to existing surfaces,perform removals and patching in a manner to produce surfaces suitable for receiving new Work. 3. Patching shall be as specified and indicated,and shall include fill holes and depressions caused by previous physical damage or left as a result of removals in existing concrete walls with an approved patching material, applied in accordance with the manufacturer's printed instructions. F. Electrical: 1. Cut off concealed or embedded conduit, boxes, or other materials a minimum of 3/4 inch below final finished surface. 2. When removing designated equipment,conduit and wiring may require rework to maintain service to other equipment. 3. Rework existing circuits, or provide temporary circuits as necessary during renovation to maintain service to existing lighting and equipment not scheduled to be renovated. Existing equipment and circuiting shown are based upon limited field surveys. Verify existing conditions,make all necessary adjustments, and record the Work on the Record Drawings. This shall include,but is not limited to, swapping and other CVO/321068A NOVEMBER 7, 2005 02220 3 DEMOLITION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT adjustments to branch circuits and relocation of branch circuit breakers within panelboards as required to accomplish the finished work. 4. Reuse of existing luminaires, devices,conduits,boxes, or equipment will be permitted only where specifically indicated. 5. Raceways and cabling not scheduled for reuse. 6. Inaccessibly Concealed: Cut off and abandon in place. 7. Exposed or Concealed Above Accessible Ceilings: Remove. 8. Raceways and Cabling Scheduled for Future Use: Cap/seal and tag. 9. Relocating Equipment: Extend existing wiring or run new wiring from the source. 10. Where the existing raceway is concealed,the outlet box shall be cleaned, and a blank cover plate installed. 11. Where the concealed raceway is uncovered,remove the raceway(or extended to new location if appropriate). 12. Provide new typewritten panelboard circuit directory cards. G. Mechanical: Close valves as necessary to isolate pipe segments during demolition. 3.02 PROTECTION A. Existing Work: 1. Survey the site and examine the Drawings and Specifications to determine the extent of the Work before beginning any demolition or renovation. 2. Take necessary precautions to avoid damage to existing items scheduled to remain in place,to be reused,or to remain the property of Owner; any Contractor-damaged items shall be repaired or replaced as directed by Engineer. 3. Ensure that structural elements and pipes are not overloaded as a result of or during performance of the Work. Responsibility for additional structural elements, or increasing the strength of existing structural elements as may be required as a result of any Work performed under this Contract shall be that of the Contractor.Repairs,reinforcement,or structural replacement must have Engineer approval. 4. Do not overload pavements to remain. B. Facilities: 1. Protect electrical and mechanical services and utilities. Where removal of existing utilities and pavement is specified or indicated,provide approved barricades,temporary covering of exposed areas, and temporary services or connections for electrical and mechanical utilities. CVO/321068A NOVEMBER 7, 2005 02220 4 DEMOLITION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Floors, roofs,walls, columns,pilasters,and other structural elements that are designed and constructed to stand without lateral support or shoring, and are determined by Contractor to be in stable condition, shall remain standing without additional bracing,shoring,or lateral support until demolished,unless directed otherwise by the Engineer. 3. Protect all facility elements not scheduled for demolition. 4. Provide interior shoring,bracing, or support to prevent movement, settlement,or collapse of structure or element to be demolished and adjacent facilities. C. Protection of Personnel: 1. During demolition, continuously evaluate the condition of the structure being demolished and take immediate action to protect all personnel working in and around the demolition site. 2. Provide temporary barricades and other forms of protection to protect Owner's personnel and the general public from injury due to demolition Work. 3., Provide protective measures as required to provide free and safe passage of Owner's personnel and the general public to occupied portions of the structure. 3.03 BURNING A. The use of burning at the Site for the disposal of refuse and debris will be permitted between the hours of 8:00 a.m. and 4:00 p.m. Where burning is permitted, adhere strictly to federal, state, and local regulations. 3.04 TITLE TO MATERIALS A. Title to equipment and materials resulting from demolition is vested in the Contractor upon approval by Engineer of Contractor's Demolition/Renovation Plan, and the resulting authorization by Engineer to begin demolition. 3.05 DISPOSITION OF MATERIAL A. Do not remove equipment and materials without approval of Contractor's Demolition/Renovation Plan by Engineer. B. Owner will not be responsible for the condition or loss of,or damage to, such property after Engineer's authorization to begin demolition. C. Store salvaged items as approved by Engineer and remove them from Owner's property before completion of the Contract. Materials and equipment shall not be either viewed by prospective purchasers or sold on the Site. CVO/321068A NOVEMBER 7, 2005 02220 5 DEMOLITION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.06 UNSALVAGEABLE MATERIAL A. Concrete,masonry, and other noncombustible material,except concrete permitted to remain in place, shall be disposed of in the following manner and location. 1. Hauled off site. B. Disposal area shall be uniformly graded to drain. C. Combustible material shall be disposed of by burning. 3.07 CLEANUP A. Debris and rubbish shall be removed and transported in a manner that prevents spillage on streets or adjacent areas. Local regulations regarding hauling and disposal shall apply. END OF SECTION CVO/321068A NOVEMBER 7, 2005 02220 6 DEMOLITION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02250 MARINE CONSTRUCTION PART1 GENERAL 1.01 WORK INCLUDED A. The Work in this Section consists of all operations for marine construction necessary to install a new intake structure and connect to an existing 54-inch conveyance pipe in the reservoir. Marine excavation is necessary to remove sediment for installation of the new intake structure. Furnish all personnel, equipment,and materials necessary for this marine construction. The Work includes, but may not necessarily be limited to: 1. New Intake: a. Development, use and restoration of approved staging areas and access to Eagle Mountain Reservoir. b. General requirements pertaining to offshore construction equipment and diving operations, including permits for all marine work. C. Placing buoys, lights, and warning to mariners around work sites. d. Provide and position barge over work site with the necessary equipment to perform the underwater tasks. e. Verify location, elevations and dimensions of existing concrete apron,retaining walls,existing piping and existing intakes by performing an underwater survey. f. Install turbidity curtain. Excavate and prepare the apron and adjacent area for the jacking frame and the intake structure. g. Coordinate shutdowns of the existing conduit,for removal of the blind flange, and installation of the fittings and other work necessary to prepare the existing conduit for connection to the new intake elbow with TWRD and the City of Fort Worth,to provide a safe working site. h. Install a jacking frame at the correct location. Locate the frame so it can be used as an anchor to jack against for moving the intake structure to align with outlet of existing tee.Anchor the base frame of the intake structure to the existing concrete slab after leveling the structure by placing tremie grout and concrete under and around the base. i. Fabricate, and install intake structure for connection to existing conduit and make up joint between the elbow and conduit. Place tremie concrete around frame after setting in place and connecting mow. to existing outlet in existing conduit. CVO/321068A NOVEMBER 10,2005 02250 1 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT j. Coordinate all marine work with the City of Fort Worth for operation of the WTP. Coordinate with the TRWD for operation of the outlet works and other issues related to the dam or reservoir. 1.02 GENERAL - INTAKE STRUCTURE A. The intake structure consists of 54-inch diameter mitered steel pipe forming a welded elbow. The length of the pipe sections attached to each end of the elbow will be adjusted to conform to the placement tolerances. A flared entrance will be placed on top of the elbow. The intake elbow will be connected to an existing 54-inch outlet conduit, utilizing an existing tee and flange. B. Coordination of construction events associated with placement and connection of the new intake structure to the existing conduit is absolutely necessary. Any requested shutdowns shall be approved by the City of Fort Worth and Tarrant Regional Water District(TRWD). C. Install turbidity curtain and excavate sediment from the existing apron and adjacent lake bed to provide space for construction. Provide a clean sound surface on the existing concrete slab for setting the intake structure. The structural frame will be positioned and anchored into place with anchor bolts and tremie concrete. The joint between the conduit and the intake elbow will be made with a flexible coupling. Assemble the elbow, trash rack and appurtenance on the frame in the dry and transport to the intake site. The testing of the conduit and valve will be completed after the intake elbow is installed. D. These documents illustrate one sequence of construction activities in order to provide a means to define the installation and connection of the intake structure to the existing conduit. Follow the general sequence listed,but make own determination as to the detailed methods that are feasible and are to be utilized to complete the installation of the intake and appurtenances in a manner that provides the Owner with an intake that conforms to the requirements of the Contract Documents and are acceptable to the Engineer. 1.03 QUALIFICATION REQUIREMENTS A. The Contractor shall be competent in construction of large marine works, intakes, and shall submit evidence of at least 5 years of experience with similar projects. The intake structure installation shall be under the direct supervision of a qualified superintendent who is assisted by experienced foremen. Both superintendent and foremen shall have at least 5 years of experience with similar marine construction projects. CVO/321068A NOVEMBER 10, 2005 02250 2 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. The surveyors shall be registered,competent, and have at least 5 years of experience surveying for underwater structures. C. The divers shall be experienced construction divers and have at least 5 years of experience for construction of similar structures in similar depths,visibility and conditions. 1.04 CONTRACTOR SUBMITTALS A. Submittals shall be in conformance with Section 01300, Submittals. B. Staging Areas: Identify what staging areas will be used in support of offshore operations and what operations will be conducted in each area used. Include proposed restorations of the staging area sites and an identification of any structures or facilities that will be constructed in support of the Contractor's operations. This includes temporary berthings and pier facilities. Contractor shall make all arrangements for the staging and marine access with land owners and also obtain necessary permits. C. Buoys, Lights, and Other Navigation Aids: Submit plan indicating the location and type of all buoys, lights, and navigation aids to be deployed. Provide appropriate details of each device. D. Oil Containment: Submit plan for emergency deployment of oil boom around the work vessels in the event of a major spill. In the event of a 10-gallon oil spill or more in Eagle Mountain Reservoir, immediately contact the Engineer and also the following: 1. National Response Center(Coast Guard). 2. State of Texas, Division of Environmental Protection. 3. Texas Office of Emergency Management. Submit Case Incident Report. 4. County Emergency Management. 5. Tarrant Regional Water District. 6. City of Fort Worth. CVO/321068A NOVEMBER 10, 2005 02250 3 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. Work Plan: The work plan(shop drawing submittal) shall contain complete descriptive, detailed information, shop drawings and supporting documentation relative to the Contractor's proposed method of marine excavation and installation of the intake structure and appurtenances, and connection to the existing outlet works. The selection of equipment and means and methods of construction that will meet the requirements of the Contract Documents will be the responsibility of the Contractor. The work plan shall include, but not necessarily be limited to,the following items as specified, as well as related work specified in other sections of these Contract Documents: 1. Layout of construction/staging areas, land and marine access and launching facilities. 2. Temporary facilities to be constructed. 3. Listing of major construction equipment to be used, with detailed descriptions including catalog cuts,photos, and Drawings. 4. Survey, location control, underwater inspection, instrumentation and monitoring methods and equipment for installing the intake structure and connecting the intake to the existing conduit. Survey shall include the horizontal and vertical position of the existing flange and bolt holes. 5. Furnish and install silt/turbidity curtains (see Section 02210,Turbidity Curtain and Oil Boom). 6. Excavation by suction dredge or air lift, decanting and disposal of excavated material, sequence and methods, including final cleaning the existing concrete apron slab and preparing a sound base for the intake. 7. Method of providing work barge platforms over the site. 8. Detailed information describing methods for positioning and leveling the jacking frame and intake structure and instrumentation to monitor position and level. 9. Method for transporting and placing tremie grout and concrete under and around the intake structure. 10. Detailed description of techniques for transporting,and positioning intake structure,holding into place, and connecting to the outlet conduit. 11. Coordinate with both the City of Fort Worth and TRWD for any required shut downs of the existing system. 12. Method for flooding and venting the conduit,testing valve and joint between conduit and intake. 13. Methods for flooding the intake conduit and intake elbow after the marine work is completed,and the work has been inspected and accepted by the Engineer. F. Experience records of Contractor and resumes of superintendent and foremen, divers, operators and surveyors. CVO/321068A NOVEMBER 10, 2005 02250 4 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT G. Submit Work Plan(Shop Drawing Submittal) at least 90 days prior to planned start date (from CPM) for the intake installation as indicated on the approved CPM Construction Schedule. H. Inspection Reports: Make available to the Engineer all inspection and construction installation information including reports, surveys, diver inspections,photographs, instrumentation data, monitoring and other data. Make information available within 24 hours of accomplishing work. Allow the Engineer to listen to all conversations between the diver and the Contractor. I. Construction/Inspection Audio and Video Information:The Owner may elect not to perform independent underwater inspection by diver. Contractor shall furnish sufficient inspection services as necessary to ensure the construction conforms to the Construction Documents and to the satisfaction of the Engineer. Make available immediately on request to the Engineer all audio and video information including all conversations between divers and the work platform staff and videos of construction, both real time and recordings and videos. J. The Engineer shall have access to all phases of the work. Provide prompt transportation to and from the marine work platform and safety protection for the Engineer. 1.05 TOLERANCES A. Excavation: The Contractor shall remove all material from the surface of the concrete apron to expose a sound concrete surface under the intake structure. Contractor shall also remove material beyond the apron as necessary to provide space for the work,providing stable excavation slopes and to meet the water quality for release to the River and the WTP. B. Jacking Frame: The frame shall be positioned so that it is centered on the existing branch outlet in the existing conduit using the pipe alignment probe attached to the frame. Once frame is positioned, it shall be secured to the existing concrete slab so that it can be used for a base to jack against to move and adjust the location of the intake structure. C. Intake Structure: The intake structure shall be centered and landed in the center of the jacking frame. The intake elbow and appurtenances shall not depart from plumb by more than 0.1 foot in 10 feet. The joints between the conduit, spool piece, valve, and the elbow shall be within the tolerance of the coupling manufacturer and final position shall not have a separation of more then 1-inch horizontally between the spool piece conduit and elbow and slope of the elbow centerline shall not deviate from that of the conduit by more than CVO/321068A NOVE 02250 5 MARINE CO S ( Ff. Wl � I�6Y� EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1 degree of the conduit center line slope liner diameter, and shall be within the allowable tolerances of the coupling manufacture. PART 2 PRODUCTS 2.01 NAVIGATION AIDS A. Provide special purpose warning buoys at all offshore work areas. Buoys shall be standard yellow with quick flash(1 per second)amber light on top visible in all directions. Apply reflective tape to all buoys. B. Place buoys on the reservoir side of the turbidity curtains and around other work areas. Post signs that are readable from 100 feet,warning boaters of the hazard and to stay back, and shall extend from shoreline to shoreline. Buoy spacing will be at the Contractor's discretion but shall be no more than 200 feet. Provide any additional floating barriers as needed to keep boating public away from construction areas. C. Above requirements are minimum. Comply with all other applicable State of Texas,U.S. Coast Guard(USCG)regulations and in particular the USCG Rules for Inland Navigation.Notify State of Texas, and USCG before setting navigation aids. .. 2.02 EQUIPMENT FOR OFFSHORE WORK A. The offshore equipment employed for the installation of the intake shall be appropriate and suitable for the work required in the reservoir under all environmental conditions. It shall comply with all applicable safety and regulatory requirements. All barges or flotation units shall be of sufficient size and stability and equipped with adequate mooring equipment to allow for operations during all wind and wave conditions anticipated for the specific site and season. All floating equipment shall be adequate to survive under postulated extreme wind and wave conditions. All fuel,oil, and other containment storage areas shall be in good working order and leak-free and conform to the federal,state and local regulations.All anchor systems shall be adequate for site conditions. B. The primary construction vessel for the intake structure shall have on board and in a condition ready to deploy: 1. A 6-inch minimum diameter sorbent boom with a length of at least four times the vessel perimeter. 2. A suitable number of sorbent pads for mop up and plastic bags for sorbent disposal. CV6WI 68A NOVEMBER 10, 2005 0225, 6 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.03 STAGING, LAUNCHING,AND BERTHING FACILITIES A. Provide all appropriate materials labor and equipment needed for construction, maintenance, and operation of temporary works used to support offshore operations. 2.04 ENGINEER OFFSHORE OFFICE A. Provide a covered, enclosed deck space with desk and chair on primary offshore work platform for the intake structure installation. B. The space will be the offshore office for the Engineer. The space may be shared with the Contractor. 2.05 MARINE TRANSPORTATION AND COMMUNICATIONS A. Provide the Engineer with transportation and communications to and from the primary construction vessel from near the existing outlet of the dam. 2.06 EXCAVATION A. Excavation is unclassified; remove all material regardless of the nature of the material. Conform to excavation as hereinafter specified in this section. 2.07 TREMIE GROUT/CONCRETE A. Tremie grout/concrete for the intake structure conform to requirements for Class D concrete in Section 03301, Reinforced Concrete. Sand, cement grout shall be used under the steel members of the frame. 2.08 OTHER MATERIALS NECESSARY TO COMPLETE THE INSTALLATION OF THE INTAKE STRUCTURE AND APPURTENANCES A. Furnish all other materials as specified or necessary to complete the installation of the intake structure and appurtenances. PART 3 EXECUTION 3.01 GENERAL A. Contractor's Equipment and Methods: The Contractor shall be responsible for selecting the equipment and methods for all offshore operations such that project construction plans and specifications are met. CVO/321068A NOVEMBER 10,2005 02250 7 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Protection of Existing Facilities: The Contractor shall be responsible for protection of and repair of any damage of the: 1. Existing dam and outlet structures used for discharge of water to the Trinity River,which are owned and operated by TRWD. 2. Existing intake structures,piping and related facilities for withdrawing and delivering water to the pump station owned and operated by the City of Fort Worth. 3. Repairs shall be made as necessary to restore the facilities to their original condition, as determined by the City of Fort Worth, TRWD, and/or as required by the State of Texas Engineer, responsibility for the safety of dams. C. Operation of the outlet to the Trinity River and operation of the intake for the Water Treatment Plant. Provide a safe environment for the divers to work in. Contractor shall coordinate his marine work for the installation of the new intake with both the TRWD and the City of Fort Worth. Construct safety barriers as necessary for the protection of the divers. Limited, short duration shut down of the flow to the water treatment plant will be allowed with coordination with the WTP operators. D. Weather Monitoring: 1. Make proper allowances for storms and adverse weather and particularly those weather conditions that are seasonal in nature. 2. Give proper consideration to weather conditions when selecting offshore construction methods and equipment and when scheduling Work. 3. Continuously monitor local weather forecasts and be prepared to shut down offshore operations and secure equipment and the Work site in the event of adverse weather conditions. 4. If the Contractor elects to retain the services of a private weather forecasting specialist,make the daily or weekly forecasts available to the Engineer. E. Positioning Equipment: 1. Provide suitable electronic and other positioning equipment for establishing water surface elevation, as well as horizontal and vertical control during all offshore operations. 2. Establish the location, alignment and elevation of the existing pipes, intake structure's concrete apron, and all other features. Establish and use control points necessary or shown to lay out the Work. Establish the final positions of the existing conduit,tee and flange. Set additional , points as necessary for the construction methods chosen. CVO/321068A NOVEMBER 10, 2005 02250 8 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Horizontal positioning control at the water surface shall be Real Time Kinematics(RTK) differential Global Positioning System(GPS) or its equivalent with an accuracy of plus or minus 0.5 foot. Supplement the GPS system, as needed,with nonelectronic means that may consist of, for example, range boards, lasers, and transit lines, electronic distance measuring (EDM) units. 4. Provide horizontal control below the water surface by an electronic means that provides a minimum absolute accuracy as required to complete the work as specified, supplemented by non-electric means, such as"story poles"where water depth permits. The final intake structure locations shall be determined by the means that has sufficient accuracy to permit a proper connection with the existing conduit. Horizontal control shall be such that the joints are assembled as specified and the tee of the existing pipe is located for positioning the jacking frame and intake structure and for connection between the elbow and conduit. 5. Submit the methods for providing horizontal control at and below the water surface to the Engineer for approval. 6. The accuracy requirements presented herein shall not relieve the Contractor of its obligation to construct offshore structures at the locations shown. F. Acoustic Bathymetric Measuring Equipment: Provide vertical control by acoustic or pressure sensing means that have a relative accuracy of 0.1 foot. Vertical control shall be based on the project datum as shown. Supplement this vertical control by physical means that may consist of, for example, lead lines where conditions permit. G. Grade and Horizontal Direction Measuring Equipment: Make appropriate use of underwater inclinometers and heading indicators to control grade, plumbness, and alignment of the work. Submit equipment specifications and methods to the Engineer. H. Cross Sections: 1. Use a sonar profiler similar to those manufactured by Mesotec. 2. Cross section the apron area, existing intakes,pipe lines and appurtenances, and intake excavations before, during and after excavation, and during placement of the jacking frame and intake structure. I. Reservoir Level Monitoring: Provide at least one reservoir level gauge at the work site near the existing outlet structure. The gauge shall have a suitable stilling well. The gauge shall be a manual reading type,but may be electronic or self-reading at the Contractor's option. Read the manual gauge every CVO/321068A NOVEMBER 10,2005 02250 9 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 8 hours when the reservoir change in a day is less than 0.5 foot, and more often as appropriate when the reservoir rate of change is greater. The gauge shall have an accuracy of 0.1 foot and shall be accurately reset as needed when required by changes in the reservoir level. Coordinate with the Engineer to obtain latest TRWD and the Owner's reservoir level projections, and review on a monthly basis. 3.02 STAGING AREAS A. Conform to requirements of Section 01500, Construction Facilities and Temporary Controls. In addition,provide a temporary marine access landing at the Contractor's selected access/staging area as necessary to accommodate fluctuating lake levels. This landing shall be Contractor designed,installed and removed at the completion of the work. 3.03 NAVIGATION AIDS A. Comply with all applicable USCG regulation including Inland Navigation Rules, and other pertinent regulatory agency requirements pertaining to work on and under the water. B. This will include, but not be limited to,placing and maintaining illuminated, . signed buoys around Work areas and providing other notices or warnings to mariners. C. Place navigation aids and lighted warning buoys before Work begins and completely remove them at the completion of the Work. D. Continuously maintain all navigation aids and lighted buoys until construction is complete. 3.04 INSPECTION DIVING OPERATIONS A. Requirements for underwater QA/QC work are listed hereinbefore. B. Underwater inspections may have to be scheduled for periods of low turbidity to provide for sufficient visibility, or use other means to provide control of the construction. C. Underwater inspection of the Work will be the Contractor's responsibility subject to the requirements of this Section. 3.05 DIVING OPERATIONS A. Coordinate the diving operations with the operation of nearby intakes and the river release,to provide safe diving environment. CVO/321068A NOVEMBER 10, 2005 02250 10 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Conduct all diving operations in conformance with the most stringent of the following standards: 1. Texas and Federal - OSHA regulations. 2. Association of Diving Contractors- Consensus Standards for Commercial Diving Operations: 3. U.S. Bureau of Reclamation Safety and Health Standards - Section 29, Marine Diving Operations. 3.06 DEBRIS A. Do not release or discharge any debris from the construction vessels or equipment. B. Any buoyant materials that are inadvertently released from the construction vessels shall be immediately retrieved. 3.07 COMMUNICATIONS AND TRANSPORTATION FOR ENGINEER A. Provide the Engineer with four hand-held radios that are compatible with Contractor's radio system and will be used for Contractor-Engineer communications. Supply the radios with at least two battery sets per radio and one battery charger per radio. B. Within a 30-minute notification,provide boat transportation for the Engineer from a shore-based point mutually agreed on, near the intake construction site, to either the intake shaft work sites or between the intake work sites or other work sites and back to shore. 3.08 ANCHORING A. The Contractor shall be responsible for deploying suitable anchor systems as necessary to accomplish the Work. Anchors shall be deployed in a manner that does not damage or interfere with the operation of the Owner's or other existing facilities. B. Where submerged anchor wires might be a threat to boaters,provide appropriate warning buoys. C. The installation of drilled-in earth or rock anchors or driven piles will not be permitted within 300 feet of the toe of the dam. D. All anchors shall be removed at the completion of construction. CVO/321068A NOVEMBER 10, 2005 02250 11 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.09 CONSTRUCTION SEQUENCING A. The following general sequence was used for developing the installation of the intake structure and is presented here and in the Drawings for information to the Contractor. Contractor shall sequence construction activities as necessary to complete the construction within the schedule and as shown and specified herein. 1. Install silt/turbidity curtain and assemble oil boom materials. 2. Complete underwater survey of the work area, complete the excavation of the apron area and adjacent area including existing intakes, survey the excavated area and locate all structures. 3. Locate the end of the tee and blind flange on the existing eastern intake conduit. 4. Excavate sediment and soil from the entire existing apron and adjacent area to allow for the construction of the new intake. Clean the surface of the apron and expose sound concrete. 5. Survey apron surface and install jacking frame, locating it from the existing flange. 6. Remove existing blind flange install flange by plain end spool piece, install jacking frame and anchor into position, install intake structure and complete connection with the existing outlet conduit. 7. Coordinate in reservoir work with the operation of the reservoir outlet works under the control of TRWD and the operation of the existing pump station with the City of Fort Worth. 8. Remove the temporary facilities from the intake site. B. The following general sequence for the excavation at the spillway entrance- channel is presented here for information to the Contractor. Contractor shall sequence construction activities to provide a safe environment for divers since discharge from the reservoir into the Trinity river is an ongoing requirement. 1. Survey the site,prepare cross sections and excavation plan. 2. Install the turbidity curtain around the work area. 3. Complete excavation to the tolerances here in before specified. 4. Make final as-built survey and cross sections. 3.10 PROTECTION OF EXISTING INTAKE FACILITIES A. Protect the dam,river outlet,existing intake facilities and appurtenances from damage during construction and from inflow of turbid water, oil or other materials. Make repairs to damaged facilities acceptable to TRWD, City of Fort Worth,or regulatory agencies. CVO/321068A NOVEMBER 10,2005 02250 12 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.11 PROTECTION OF THE PUBLIC A. Provide notification to the City of Fort Worth, Tarrant Regional Water District, and the Engineer, at least 2 weeks prior to any special construction activity (for example, a large surface tow)that may affect public boating. B. Mark off the construction area with buoys and warning signs to prevent public access, as hereinbefore specified. C. All barges or flotation units shall have appropriate lighting. D. Conduct all operations in a safe manner that will not endanger the public. E. Install public address system to warn public. 3.12 SURVEY CONTROL A. Provide horizontal and vertical control of the work as specified herein. B. Install water level gauge, ranges and backsites, and survey stations on the dam and abutments as necessary for survey control. 3.13 EARTHWORK A. Earthwork for Intake Structure: 1. After installation of the silt/turbidity curtain,excavate the underwater area to remove all sediment from the entire apron area, from around the pipes and supports, and excavate the adjacent area as necessary for construction and to form stable slopes,as necessary to install the intake structure. 2. Excavation shall be performed within the turbidity curtain,using a suction dredge or an air lift system suitable to remove the sediment and adjacent materials to form stable slopes. Equipment shall be operated by a diver,in a manner so turbidity is not increased by 5 NTU above background in the open reservoir away from the construction work. Excavation operation shall be conducted in such a manner that does not damage the dam,existing river outlet or intake structures. Use of clam or drag line bucket or backhoe bucket will not be allowed. 3. Materials to be excavated are unclassified, excavate all materials regardless of type encountered. Place excavated materials within a decanting basin and/or geotubes,outside of the reservoir as shown and approved by the TRWD, or at a location selected by the Contractor and approved by the TRWD. Treat and dispose of decant water in methods conforming to all local, state and federal requirements. After decanting, CVO/321068A NOVEMBER 10, 2005 02250 13 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Contractor shall remove the contents from the basin and or geotubes and dispose in a manner approved by the Engineer. 4. Use of explosives will not be permitted. 5. Provide continuous monitoring of the excavation lines and grades by Scanning Sonar methods as specified herein. 6. Prior to, during and after completing the excavation to the final grade, provide cut slopes that are permanently stable and safe for workers. The method of excavating a safe slope will be determined by the Contractor. Place any dislodged material within the silt curtain and remove with the suction dredge or air lift to the disposal area. 7. Clean excavated surface to remove loose, disturbed soil,or weak concrete from the concrete apron to expose sound concrete. 8. Use care to prevent developing a turbidity cloud by the excavating and disposal operation that exceeds water quality standards. Conform to the permits and all requirements to protect the water quality in Eagle Mountain Reservoir. 3.14 JACKING FRAME A. Contractor shall install jacking frame as necessary for installation of the intake. Prior to installation,remotely operate the positioning, leveling and monitoring systems of the intake to demonstrate satisfactory performance. B. Lower the jacking frame and set it on the existing apron,remove the existing blind flange,place the extension on the tee and position the frame with the end of the extension. Position and level the frame within the tolerance specified, shown or approved,using jacks. Positioning the frame with lines from the floating barge will not be allowed. C. Positioned frame for making up the joint to the existing pipe. Position and elevation of the jacking frame shall be verified by the electronic instrumentation. D. Anchor the frame at the excavation to the concrete apron. The frame shall be left as part of the permanent structure. 3.15 INTAKE STRUCTURE INSTALLATION A. The intake structure has been designed with the intent that it will be installed as a single prefabricated unit that is mounted on the frame. The intake assembly shall be prefabricated at a staging area and transported by barge or surface tow with adequate auxiliary flotation as determined by the Contractor. CVO/321068A NOVEMBER 10, 2005 02250 14 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Methods of launching,transport and placement shall be such that the intake assembly is not overstressed or damaged. Provide internal supports to prevent ovality and to prevent damage. C. Submit details of any lifting lugs,towing bridles or pad eyes or similar devices that will be attached to the permanent structures for the purpose of launching,transporting or installing the intake structure. Such devices shall be designed for all anticipated loads and shall be located so as not to interfere with the operation of the unit. D. If the intake structure will be launched to float under its own displacement, test for water tightness before launching. Check all valves and vents for correct operation and all tremie tubes for obstructions or damage. The final pre-launch check shall be done in the presence of the Engineer. Immediately before the structure is lowered into place, make an inspection of the excavation and jacking frame. Remove any loose material from the bottom. E. Carefully lower the assembly (with frame) in a controlled manner. Secure the intake structure so that it will not move when grouted. F. Provide means for determining the verticality and elevation of the intake elbow. G. Ballast and anchor the intake assembly during installation and grouting as necessary to accomplish the Work. H. Connect the operating hydraulic lines for the valve operation. 3.16 FLOODING THE CONDUIT A. After the intake elbow is installed, complete the joint and valve testing. Make final inspection and obtain approval of the Engineer. 3.17 FINAL INSPECTION SURVEY A. After completion of the intake construction, survey the intake site to obtain the exact coordinates of the facility and the elevation of the intake lip and the trash rack. 3.18 OTHER WORK A. Contractor shall perform all other work necessary to construct the intake elbows as shown and specified. END OF SECTION CVO/321068A NOVEMBER 10, 2005 02250 15 MARINE CONSTRUCTION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT M6. SECTION 02315 EXCAVATION PART1 GENERAL 1.01 DEFINITIONS A. Common Excavation: Removal of material not classified as rock excavation. 1.02 SUBMITTALS A. Shop Drawings: 1. Excavation Plan,Detailing: a. Methods and sequencing of excavation including handling, stockpiling,and disposal. b. Proposed locations of stockpiled excavated material. C. Proposed onsite and offsite spoil disposal sites. d. Reclamation of onsite spoil disposal areas. 1.03 QUALITY ASSURANCE A. Provide adequate survey control to avoid unauthorized overexcavation. 1.04 WEATHER LIMITATIONS A. Material excavated when frozen or when air temperature is less than 32 degrees F shall not be used as fill or backfill until material completely thaws. B. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. 1.05 SEQUENCING AND SCHEDULING A. Demolition: Complete applicable Work specified in Section 02220, Demolition,prior to excavating. B. Clearing, Grubbing, and Stripping: Complete applicable Work specified in Section 02200, Site Preparation,prior to excavating. C. Dewatering: Conform to applicable requirements of Section 02140, Dewatering and Groundwater Control,prior to initiating excavation. CVO/321058A NOVEMBER 7, 2005 02315 1 EXCAVATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Excavation Support: Install and maintain as necessary to support sides of excavations and prevent detrimental settlement and lateral movement of existing facilities, adjacent property, and completed Work. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAL A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work. Excavation slopes shall be stable and not endanger the dam,dam foundation or adjacent area, as determined by the Contractor's geotechnical engineer. Excavate to within tolerance of plus or minus 0.1 foot, except where dimensions or grades are shown or specified as maximum or minimum.Allow for forms, working space, granular base,topsoil, and similar items,wherever applicable. Trim to neat lines where concrete is to be deposited against earth. B. Do not overexcavate without written authorization of Construction Manager. 3.02 UNCLASSIFIED EXCAVATION A. Excavation is unclassified. Complete all excavation regardless of the type, nature,or condition of the materials encountered. 3.03 TRENCH WIDTH A. Minimum Width of Trenches: 1. Single Pipes, Conduits, Direct-Buried Cables, and Duct Banks: a. Less than 4-inch Outside Diameter or Width: 18 inches. b. Greater than 4-inch Outside Diameter or Width: 18 inches greater than outside diameter or width of pipe, conduit, direct-buried cable, or duct bank. 2. Multiple Pipes, Conduits, Cables, or Duct Banks in Single Trench: 18 inches greater than aggregate width of pipes, conduits, cables, duct banks,plus space between. 3. Increase trench widths by thicknesses of sheeting. B. Maximum Trench Width: Unlimited,unless otherwise shown or specified, or unless excess width will cause damage to existing facilities, dam,adjacent property,or completed Work. Pipe of greater strength or superior pipe bedding,when approved in writing by Engineer,may be used in lieu of maintaining the pipe trench widths shown or specified. CVO/321058A NOVEMBER 7, 2005 02315 2 EXCAVATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.04 PIPE BEDDING GROOVES FOR NONPERFORATED DRAIN LINES A. Semicircular,trapezoidal, or 90-degree-V. B. Excavated or plowed into trench bottom. Forming groove by compaction will not be acceptable. 3.05 EMBANKMENT AND CUT SLOPES A. Shape,trim, and finish cut slopes to conform with lines,grades, and cross- sections shown,with proper allowance for topsoil or slope protection,where shown. B. Remove stones and rock that exceed 3-inch diameter and that are loose and may roll down slope. Remove exposed roots from cut slopes. C. Round tops of cut slopes in soil to not less than a 6-foot radius,provided such rounding does not extend offsite or outside easements and rights-of-way, or adversely impacts existing facilities,adjacent property, or completed Work. 3.06 STOCKPILING EXCAVATED MATERIAL „,� A. Stockpile excavated material that is suitable for use as fill or backfill until material is needed. B. Post signs indicating proposed use of material stockpiled. Post signs that are readable from all directions of approach to each stockpile. Signs should be clearly worded and readable by equipment operators from their normal seated position. C. Confine stockpiles to within easements,rights-of-way, and approved work areas. Do not obstruct roads or streets. D. Do not stockpile excavated material adjacent to trenches and other excavations,unless excavation side slopes and excavation support systems are designed, constructed, and maintained for stockpile loads. E. Do not stockpile excavated materials near or over existing facilities, adjacent property, or completed Work,if weight of stockpiled material could induce excessive settlement. 3.07 DISPOSAL OF SPOIL A. Dispose of excavated materials,which are unsuitable or exceed quantity needed for fill or backfill, offsite. CVOI321058A NOVEMBER 7, 2005 02315 3 EXCAVATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT a B. Dispose of debris resulting from removal of organic matter,trash,refuse, and junk as specified in Section 02200, Site Preparation, for clearing and grubbing debris. END OF SECTION CVO/321058A NOVEMBER 7, 2005 02315 4 EXCAVATION EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02370 SOIL STABILIZATION AND EROSION CONTROL PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. D3776, Standard Test Method for Mass Per Unit Area(Weight)of Fabric. b. D4355, Standard Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water(Xenon-Arc Type Apparatus). C. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles. 1.02 DEFINITIONS A. Maintenance Period: Begin maintenance immediately after each area is planted and continue for a period of 8 weeks after all planting under this section is completed. B. Satisfactory Stand: Grass or section of grass that has: 1. No bare spots larger than 3 square feet. 2. Not more than 10 percent of total area with bare spots larger than 1 square foot. 3. Not more than 15 percent of total area with bare spots larger than 6 square inches. C. PLS: Pure live seed. PLS =Purity times Germination. 1.03 SUBMITTALS A. Action Submittals: Product data for commercial products. B. Informational Submittals: 1. Subschedule of drainage, erosion, and sedimentation control. 2. Construction Period Drainage and Erosion/Sedimentation Control Plan and Procedures. 3. Manufacturer's Installation Instructions: Commercial products. 4. Seed certifications. CVO/321068A NOVEMBER 7,2005 02370 1 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Copies of delivery invoices or other proof of quantities of mulch and fertilizer. 1.04 DELIVERY, STORAGE,AND PROTECTION A. Seed: 1. Furnish in standard containers with seed name, lot number, net weight, percentages of purity, germination, and hard seed and maximum weed seed content, clearly marked for each container of seed. 2. Keep dry during storage. B. Hydroseeding Mulch: Mark package of wood fiber mulch to show air dry weight. 1.05 SEQUENCING AND SCHEDULING A. Engineer's acceptance of Construction Period Erosion/Sedimentation Control Plan required prior to starting earth disturbing activities. B. Complete soil preparation, seeding, fertilizing,mulching and matting within 10 days after final grades have been reached. C. Notify Engineer at least 3 days in advance of. 1. Materials delivery. 2. Start of planting activity. D. Seeding: Perform under favorable weather conditions during seasons that are normal for such Work as determined by accepted local practice. 1.06 MAINTENANCE A. Operations: 1. Perform during maintenance period to include: a. Watering:Keep seeded surface moist. b. Washouts: Repair by filling with topsoil, fertilizing, seeding, and mulching. C. Mulch: Replace wherever and whenever washed or blown away. d. Reseed unsatisfactory areas or portions thereof immediately at the end of the maintenance period if a satisfactory stand has not been produced. e. Reseed during next planting season if scheduled end of maintenance period falls after September 15. CVO/321068A NOVEMBER 7,2005 02370 2 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT f. Reseed entire area if satisfactory stand does not develop by July 1 of the following year. 2. Inspect,repair,and replace as necessary all erosion control measures during the time period from start of construction to completion of construction. PART 2 PRODUCTS 2.01 TOPSOIL A. Easily cultivated,fertile soil that is free from objectionable material,has a high resistance to erosion, and supports plant growth. B. Shall have a pH of 5.5 to 8.5. 2.02 FERTILIZER A. Commercial,uniform in composition, free-flowing, suitable for application with equipment designed for that purpose. B. Fertilizer shall have the following minimum percentage of plant food by weight: 1. Nitrogen: 20 percent. 2. Phosphoric Acid: 10 percent. 3. Potash: 10 percent. 2.03 SEED A. Fresh, clean new-crop seed that complies with the tolerance for purity and germination established by Official Seed Analysts of North America, and meets the following Texas Department of Transportation 2004 Standard Specifications. Seed shall conform to the requirements of Texas Seed Law, and shall be used within 12 months of testing. B. Temporary Summer Mix,May 1 to August 31: Foxtail millet at 34 pounds PLS per acre. C. Temporary Winter Protective Mix, September 1 to November 30: 1. Tall fescue at 4.5 pounds PLS per acre. 2. Western wheatgrass at 5.6 pounds PLS per acre. 3. Cereal rye at 34 pounds PLS per acre. CVO/321068A NOVE. ` 02370 3 SOIL STA I AND EROSIO Ny EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Permanent Seed Mix,February 1 to May 15: 1. Green Sprangletop at 0.3 pounds PLS per acre. 2. Bermudagrass at 1.5 pounds PLS per acre. 3. Bahaigrass(Pensacola)at 6.0 pounds PLS per acre. 4. Sand lovegrass at 0.6 pounds PLS per acre. 5. Weeping lovegrass at 0.8 pounds PLS per acre. 6. Partridge Pea at 1.0 pounds PLS per acre. 2.04 MULCH A. Wood Cellulose Fiber Mulch: 1. Specially processed wood fiber containing no growth or germination inhibiting factors. 2. Dyed a suitable color to facilitate inspection of material placement. 3. Manufactured such that after addition and agitation in slurry tanks with water, the material fibers will become uniformly suspended to form homogenous slurry. 4. When hydraulically sprayed on ground,material will allow absorption and percolation of moisture. B. Straw: 1. Oat,wheat, or rice straw or hay mulch of either Bermudagrass or prairie grasses. Use straw or hay mulch free of Johnson grass or other noxious or foreign materials. Suitable for spreading with mulch blower equipment. 2. Average Stalk Length: 6 inches. 3. Seasoned before baling or loading. 4. Keep mulch dry and do not use molded or rotted material. 2.05 EROSION CONTROL MATTING A. Excelsior mat or straw blanket; staples as recommended by matting manufacturer. B. Manufacturers and Products: 1. Akzo Industries,Ashville,NC; Curlex Mat. 2. North American Green,Evansville,IN; S 150 blanket. CVO/321068A NOVEMBER 7,2005 02370 4 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.06 S 150 BLANKET TACKIFIER A. Derived from natural organic plant sources containing no growth or germination-inhibiting materials. B. Capable of hydrating in water, and to readily blend with other slurry materials. C. Wood Cellulose Fiber: Add as tracer,at rate of 150 pounds per acre. D. Manufacturers and Products: 1. Chevron Asphalt Co.; CSS-1. 2. Terra; Tack AR. 3. J-Tack; Reclamare. 2.07 REINFORCED PLASTIC COVERING A. Co-extruded, copolymer laminate reinforced with nonwoven grid of high strength nylon cord submersed in a permanently flexible adhesive media allowing for equal tear resistance in all directions. B. Black in color and ultraviolet stabilized. C. Physical Requirement(Minimum Average Roll Values): 1. Tear Strength: 130 pounds. 2. Elongation: 620 percent. D. Manufacturers: 1. Reef Industries, Inc.,Houston,TX. 2. Griffolyn Co., Houston,TX. 2.08 CLEARING LIMIT FENCE A. Ultraviolet stabilized polyethylene or polypropylene safety fence, 3 feet in height, and yellow or orange in color. B. Pervious Sheet: Polyester,polypropylene, or nylon filaments, woven into a uniform pattern, distinct and measurable openings. 1. Filaments: Resistant to damage from exposure to ultraviolet rays and heat. 2. Material Edges: Finish so filaments retain their relative positions under stress. CVO/321068A NOVEMBER 7, 2005 02370 5 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. In accordance with requirements of Table No. 1: Table No. 1 -Filter Fence Required Physical Property Value Test Method Weight, oz/sq d, min. 4 ASTM D3776 Equivalent Opening Size,max. 50-70 U.S. Standard Sieve Grab Tensile Strength, lb,min. 160 ASTM D4632 Ultraviolet Radiation Resistance, % 70 ASTM D4355 Strength Retention D. Manufacturers: 1. Polyfelt, Evergreen, AL. 2. Dupont Co., Wilmington, DE. 3. Mirafi,Inc., Charlotte,NC. 2.09 SILT FENCE A. Pervious Sheet: Polyester,polypropylene, or nylon filaments, woven into a uniform pattern, distinct and measurable openings. 1. Filaments: Resistant to damage from exposure to ultraviolet rays and heat. 2. Material Edges: Finish so that filaments retain their relative positions under stress. B. In accordance with requirements below: Geotextile Physical Property Required Value Test Method Weight, oz./s d., minimum 4 ASTM D3776 Equivalent Opening Size, U.S. 50- 70 ASTM D4751 Standard Sieve maximum Grab Tensile Strength, lb., 160 ASTM D4632 minimum Elongation,%maximum 25 ASTM D 1682 CVO/321068A NOVEMBER 7, 2005 02370 6 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Geotextile Physical Property Required Value Test Method Mullen Burst Strength,psi, 350 ASTM D3786 minimum Ultraviolet Radiation Resistance, 70 ASTM D4355 % Strength Retention C. Manufacturers: 1. Polyfelt, Evergreen, AL. 2. Dupont, Co., Wilmington, DE. 3. Mirafi,Inc., Charlotte,NC. 2.10 SUPPORT FENCE A. Wire Mesh Material: As recommended by manufacturer of geotextile; strong enough to support applied loads. B. Support Posts: As recommended by manufacturer of geotextile. C. Fasteners: Heavy-duty wire staples at least 1 inch long,tie wires, or hog rings, as recommended by manufacturer of geotextile. 2.11 STRAW BALES A. Machine baled clean salt hay or straw of oats,wheat,barley, or rye, free from seed of noxious weeds,using standard baling wire or string. 2.12 POSTS FOR STRAW BALES A. 2-inch by 2-inch untreated wood or commercially manufactured metal posts. PART 3 EXECUTION 3.01 SOIL PREPARATION A. Before start of hydroseeding, and after surface has been shaped and graded, and lightly compacted to uniform grade, scarify soil surface to minimum depth of 1 inch. CVO/321068A NOVEMBER 7,2005 02370 7 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.02 SEEDING A. Prepare 1-inch deep seed bed; obtain Engineer's acceptance prior to proceeding. B. Apply by hydroseeding method on moist soil, but only after free surface water has drained away. Prevent drift and displacement of mixture into other areas. C. Application: 1. Prepare and apply slurry as follows: a. Seed Mix: As specified for seed mix. b. Fertilizer,20-10-10: With 100 pounds per acre of nitrogen. C. Wood Cellulose Fiber Mulch(Pounds per acre): 2,500. d. Water: As necessary. 2. Irrigation: 1 inch per week to seeded areas from May 1 through August 31. 3.03 MULCHING A. Apply uniformly on disturbed areas that will remain undisturbed for 7 days or more, as requested by Engineer, and on seeded areas with a slope steeper than 5 percent. Do not apply mulch on seeded areas that will be immediately covered with erosion control matting. B. Application: Sufficiently loose to permit penetration of sunlight and air circulation, and sufficiently dense to shade ground,reduce evaporation rate, and prevent or materially reduce erosion of underlying soil. 1. Straw: Apply by hand or mechanical means to minimum depth of 2 inches. 2. Wood Cellulose Fiber: 1,000 to 1,500 pounds per acre. 3.04 EROSION CONTROL MATTING A. Place on seeded slopes 311:1 V and steeper, staple/stake in place and with the appropriate overlap in accordance with the manufacturer's instruction. 3.05 TACKIFIER A. Apply on areas mulched with straw. B. Spray on after mulch is in place. CVO/321068A NOVEMBER 7, 2005 02370 8 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Apply in quantities sufficient to equal retention properties of a CSS-1 asphalt emulsion being applied at rate of 400 gallons per acre. 3.06 REINFORCED PLASTIC COVERING A. Place on areas where hydroseeding and erosion control matting have not controlled erosion. B. Install in single thickness, strips parallel to direction of drainage. C. Maintain tightly in place by using sandbags on ropes with a maximum 10-foot grid spacing in all directions. D. Tape or weight down full length,overlap seams at least 12 inches. E. Remove at final acceptance unless notified otherwise by Engineer. 3.07 CLEARING LIMIT FENCE A. Install as necessary and as instructed by Engineer, Owner, or Construction Manager to designate construction work areas. B. Install in accordance with manufacturer's standard instructions and before beginning clearing and grubbing operations. 3.08 SUPPORT FENCE AND GEOTEXTILE SILT FENCE A. Install prior to starting earth disturbing activities upslope of fence. B. One-piece geotextile or continuously sewn to make one-piece geotextile for full height of the fence, including portion buried in the toe trench. C. When joints are necessary, splice geotextile together only at a support post, with a minimum 6-inch overlap, and securely fasten both ends to support post. D. Geotextile shall not extend more than 24 inches above the ground surface. Securely fasten to upslope side of each support post using ties. Geotextile shall not be stapled to existing trees. E. Fasten wire mesh material support fence securely to upslope side of post fasteners. Extend wire into the trench a minimum of 4 inches, and not more than 36 inches above the ground surface. F. Take precaution not to puncture geotextile during installation. Repair or replace damaged area. CVO/321068A NOVEMBER 7, 2005 02370 9 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT G. Remove support fence for geotextile after upslope area has been permanently stabilized. Immediately dress sediment deposits remaining after the geotextile fence has been removed to conform to existing grade. Prepare and seed graded area. 3.09 SOIL STOCKPILES A. Protect from erosion with geotextile silt fence and support fence. 3.10 STRAW BALES A. Embed minimum of 4 inches in flat-bottomed trench. B. Place with ends tightly abutting or overlapped. Corner abutment is not acceptable. C. Install so that bale bindings are oriented around the sides and not over the top and bottom of the bale. D. Use two posts for each bale. Drive posts through the bale until top of post is flush with top of bale. E. Wedge loose straws in any gaps between bales. 3.11 FIELD QUALITY CONTROL A. Upon completion of maintenance period and on written notice from Contractor,Engineer will within 15 days of receipt, determine if a satisfactory stand has been established. B. If a satisfactory stand has not been established, Engineer will make another determination upon written notice from Contractor following the next growing season. END OF SECTION CVO/321068A NOVEMBER 7,2005 02370 10 SOIL STABILIZATION AND EROSION CONTROL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02459 STEEL PILES PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Petroleum Institute (API): Spec 5L, Specification for Line Pipe. 2. American Water Works Association(AWWA): C200, Steel Water Pipe - 6 in. (50 mm) and Larger. 3. American Welding Society (AWS): D1.1, Structural Welding Code - Steel. 4. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. A53, Standard Specification for Pipe, Steel,Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. C. A139, Standard Specification for Electric-Fusion(ARC)=Welded Steel Pipe (NPS 4 and Over). d. A252, Standard Specification for Welded and Seamless Steel Pipe Piles. e. A572, Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. f. A 1011/A 1011 M, Specification for Steel, Sheet and Strip, Hot- Rolled, Carbon, Structural, High-Strength Low-Alloy and High- Strength Low-Alloy with Improved Formability. 1.02 DEFINITIONS A. Design Position: The location of the centroid of the pile at cutoff elevation (x,y, and z coordinates)as shown. B. Dynamic Monitoring: Monitoring performed with Case-Goble Pile Driving Analyzer(PDA). Gauges are attached to pile approximately 3 feet below pile head and connected with cable to monitoring station on ground away from pile. Gauges consist of two accelerometers and two strain transducers. C. Elevations: Referenced to NGVD29. D. Fixed Leads: Leads that are pinned to crane boom at top and equipped with hydraulic spotter at bottom capable of spotting pile to its correct position and maintaining alignment during driving. Degree of rigidity and strength acceptable will be subject to review of Engineer. CVO/321068A NOVEMBER 7, 2005 02459 1 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. Impact Stress: Stress transferred to pile head at impact from driving train, as determined from measurements using Pile Driving Analyzer. F. Obstruction: Sudden and significant increase of penetration resistance and deviation of pile out of tolerance resulting from encountering a subsurface or physical condition. G. Practical Refusal: Penetration resistance of at least 120 blows per foot for 3 continuous feet, 200 blows per foot for I foot,or 50 blows per inch for 2 consecutive inches, whichever comes first, and to continue driving pile would be impractical. These criteria apply only for hammer sizes and operation as specified. H. Rated Hammer Energy: 1. Diesel Hammers: Product of rated stroke times ram weight. 2. Air Hammers: Rated energy from manufacturer's literature. I. Restriking: Positioning driving train and driving already installed pile after some nominal waiting period (as specified)after initial installation. This definition applies to redriving piles selected by Engineer for determining appropriate driving criteria requirements or for checking pile integrity. Restriking may require mobilizing crane and driving train from one pile to another location at opposite ends of structure(s). J. Set: Pile penetration in inches per blow. K. Sweep: Deviation from straightness measured along two perpendicular faces of pile while not subject to bending forces. L. Swinging Leads: Pile driving leads that are not pinned at the top and do not have a hydraulic spotter to position the leads. M. Termination Penetration Resistance: Penetration resistance(blow count)at which driving may be terminated, as established by Engineer. N. Transferred Hammer Energy: Energy transferred to pile head from driving train impact,as determined from measurements using Pile Driving Analyzer. 1.03 SUBMITTALS A. Action Submittals: 1. Splice Design Details and Calculations: a. AWS D 1.1 Appendix E; include documentation establishing each welder is currently qualified in the proposed welding procedure. CVO/321068A NOVEMBER 7, 2005 02459 2 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Premanufactured Splices: Manufacturer's recommendations for installation. B. Informational Submittals: 1. Production pile driving schedule and sequence. 2. Piling Installer Qualifications. 3. Welder Qualifications and Certifications: Source and Site welding. 4. Certification of Calibration: a. Pressure gauge for measuring air pressure(for air hammers) or chamber pressure (for closed end diesel hammers). Include correction data for hose losses if air pressure gauge is located away from hammer. Include a chart for closed end diesel hammers that equates bounce chamber pressure to either equivalent stroke or energy. b. Flowmeter and pressure gauge used for measuring flow rates and water pressures at jetting pump. 5. Proposed method(s)to align and maintain pile alignment, including type of leads to be used with details on methods and equipment to be used to measure alignment. 6. Manufacturer's Specifications of Products, and Maintenance Manuals, for pile hammer and auxiliary equipment. 7. Complete Pile Hammer Data Sheet,attached as Supplement to this Specification. Refer to Part 3,Article Supplements. 8. Daily Log and Record: At end of each working day, submit two copies of each record for every pile constructed that day. 1.04 QUALIFICATIONS A. Piling Installer: Minimum of 5 years of past successful experience on ten projects of steel pile installation. B. Source and Site Welders: Current qualification in proposed welding procedure(s) in accordance with AWS D1.1. 1.05 STORAGE AND HANDLING A. Do not subject piles to damage by impact bending stresses in transporting to and storing piles onsite. B. Store and handle piles such that corrosion protection coatings will not be damaged. CVO/321068A NOVEMBER 7, 2005 02459 3 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.06 SEQUENCING AND SCHEDULING A. Complete foundation excavation, construction of cofferdams or earth support systems prior to start of pile driving activity. PART 2 PRODUCTS 2.01 PILES A. H-Piles: Minimum nominal size and ASTM Standard and Grade shown. B. All piles shall be ASTM A572, Grade 50. 2.02 PILE SPLICES A. Meet requirements of AWS D1.1, and provide equal stress strain behavior in bending,tension,compression, and torsion as unspliced segments of pile. B. Premanufactured: Engineer's prior approval required. 2.03 PILE TOE PROTECTION (DRIVING SHOE) A. Driving shoes shall not be used. — PART 3 EXECUTION 3.01 PILE DRIVING EQUIPMENT A. Pile Driving Hammer and Driving System: 1. Air or diesel hammers capable of continuous operation at all fuel and/or trip valve settings, and not overstress or otherwise cause damage to pile during installation. 2. Size and type to consistently deliver an effective dynamic energy sufficient to drive pile to required ultimate pile capacity and minimum toe elevation. 3. Compressor/Boiler Capacity: Furnish with at least 10 percent greater than manufacturer's minimum requirement. 4. Air Hammer Calibrated Pressure Gauge: Furnish and position on hammer side of all valves,no more than 100 feet of hose away from hammer inlet and located for easy observation. 5. Closed-End Diesel Hammer Calibrated Pressure Gauge: Furnish and position near ground level for easy observation. 6. Minimum Hammer Rated Energy: a. Hydraulic Hammers: 22 ft-kips. b. Air Hammers: 25 ft-kips. C. Diesel Hammers: 30 ft-kips. CVO/321068A NOVEMBER 7,2005 02459 4 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Hammer Cushion/Capblock: Manufactured from stable and predictable material. 1. Manufacturer and Type: a. Metex Corp; Aluminum-Micarta, Force 10. b. Penn State Metal Fabricators; Aluminum and Conbest. C. Helmet: Seat onto pile and bear evenly and concentrically with minimum play upon pile. D. Pile Head: Free to rotate. E. Pile Driving Leads: 1. Degree of rigidity and strength acceptable will be subject to the Engineer's review. 2. Fixed Leads: Provide with hydraulic spotter. 3. Swinging Leads: a. Driving Template: Capable of maintaining alignment and position of leads and pile during driving within tolerances specified herein. b. Of sufficient length so that lowering the leads during driving is not necessary. " 4. Of sufficient length so use of follower is not necessary. 5. Straight and parallel,not deviating from straight line by more than 1/2 inch over 15-foot length. 6. Easily adjustable to permit axial driving without interruption if piles deviate from required alignment. 3.02 PREPARATION A. Make allowance for upheaval of excavation bottom due to driving. B. Use templates or other suitable methods to ensure required degree of accuracy. 3.03 INSTALLATION A. Notify Engineer 7 days in advance of and perform driving in presence of Engineer. B. Welding: Meet requirements of AWS D 1.1. C. Splicing: 1. Do not splice without Engineer present. 2. Number: Maximum of two splices per pile. CVO/321068A NOVEMBER 7,2005 02459 5 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Spacing: Minimum 15 feet apart, unless otherwise approved by Engineer. 4. Preparation: Square ends of both pile sections to be joined. a. Tolerance: Pile ends shall not be out of square by more than 1/16 inch. 5. Pre-Manufactured Splices or Couplers: If used, install in accordance with manufacturer's recommendations. 6. Spliced Pile: Straight,deviation in pile alignment shall be less.than 1 inch in 50 feet. D. Pile Marking: At 1-foot intervals for purpose of recording driving resistance and depth of penetration of pile. E. Pile Driving: 1. Perform in presence of Engineer. 2. Maintain hammer concentric with driving train in axial alignment on pile. Do not use hammer to limit deviation of pile during driving by exerting lateral forces or striking at angle. Where pile orientation is essential,take special care to maintain orientation during driving. 3. Impact driving may be terminated when pile toe is in sandstone and required ultimate capacity has been obtained. a. After Effective Date of Agreement and within 30 days of receiving Contractor's Pile Hammer Data Sheet Submittal, Engineer will issue Termination Penetration Resistance criteria. b. Engineer will relate ultimate capacity to a penetration resistance (blow count)based on Wave Equation and Contractor's driving train,using information contained on Pile Hammer Data Sheet. 4. The following tables relate manufacturer's rated energy to estimated penetration resistances required to obtain ultimate capacity. Estimated Penetration Resistance Criteria Table 12x53 180-Ton Ultimate Ca aci Pile Manufacturer's Estimated Penetration Hammer Type Rated Energy Resistance Blow Count Hydraulic 30 ft-kis 57 Air 40 ft-ki s 96 Oen-Ended Diesel 33 ft-kis 94 CVO/321068A NOVEMBER 7, 2005 02459 6 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Estimated Penetration Resistance Criteria Table 8x36 40-Ton Ultimate Ca aci Pile Manufacturer's Estimated Penetration Hammer Type Rated Energy Resistance Blow Count Hydraulic 30 ft-kis 8 Air 40 ft-kis 10 Oen-Ended Diesel 33 ft-kis 9 5. Means or device suitable to indicate penetration of piles,which is visible to Engineer at reasonable and safe distance from pile driver. 6. Drive piles continuously, and without voluntary interruption,to termination penetration resistance or to refusal driving resistance. a. Termination penetration resistance shall only apply after minimum toe elevation has been achieved. b. If refusal driving resistance is obtained above minimum toe elevation,preboring,jetting, or other methods acceptable to Engineer may be required to advance pile. C. Proceed with alternative installation method. 7. Specified rates of driving resistance shall not apply until set resulting from interruption in driving or change in hammer cushion has been overcome, as determined by Engineer. 8. Remove material forced up between piles above elevation shown for bottom of foundation pit. 9. Redrive piles that are raised during process of driving. 10. Pulling piles into alignment or position will not be permitted. F. Driving Tolerances: 1. Not more than 1 percent from vertical or 2 percent from batter shown. 2. Centroid of pile at cutoff elevation shall not vary from design position shown by more than 3 inches after driving. 3.04 PILE CUTOFF A. Cut square at required elevation with tools that will not damage area below cut surface. 3.05 FIELD QUALITY CONTROL A. Daily Log and Record: Document for each pile showing as a minimum: 1. Pile identification/location. 2. Weather/groundwater conditions. CVO/321068A NOVEMBER 7, 2005 02459 7 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Date and time start and complete driving. 4. Respective depths of penetration. 5. Pile toe and cutoff elevations. 6. Driving resistance for each foot of driving over entire pile length. 7. Equipment used. 8. Installation method. 9. Final pile head position(x,y, z coordinates)after cut off indicating if pile is installed within the specified tolerances. 10. Nature and location of obstructions encountered. 11. Other pertinent pile driving behavior. 3.06 SUPPLEMENT A. The supplement listed below, following"End of Section,"is a part of this Specification. 1. Hammer Data Sheet. END OF SECTION CVO/321068A NOVEMBER 7,2005 02459 8 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT HAMMER DATA SHEET Contract No.. Structure Name and/or No.: Project: Pile Driving CONTRACTOR or Subcontractor: County: Piles Driven By: Manufacturer: Model- RAM odel:RAM Ir T Serial No. Q� Rated Energy: Q Length of Stroke I Modifications: ANVIL Material Y Thickness: Area: U U of Modulus of Elasticity- E (psi) m Coefficient of Restitution-e ALL COMPONENTS Weight: F W J W = Cashion Material: Thickness: Area: p Modulus of Elasticity-E (psi) NCoefficient of Restitution-e D Ir U Pile Ty : Weight/ft Lcn th in Leads: Wall Thickness: Ta er: Design Pile Capacity: (Tons) LU Description of splice: J OL Tip Treatment Description: NOTE: If mandrel is used to drive pile, attach separate manufacturer's detail sheet(s), including weight and dimensions. Submitted By: Date- CVO/321068A NOVEMBER 7, 2005 02459 SUPPLEMENT 1 STEEL PILES EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 02500 CONVEYANCE PIPING - GENERAL PART GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Concrete Institute(ACI): 301, Standard Specification for Structural Concrete. 2. American Water Works Association(AWWA): a. C 110/A21.10, Ductile-Iron and Gray-Iron Fittings, 3 in. Through 48 in. (75 mm Through 1200 mm), for Water and Other Liquids. b. C 115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. C. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 in. Through 144 in. (100 mm Through 3,600 mm). d. C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. e. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. f. C217, Cold-Applied Petroleum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Buried Steel Water Pipelines. g. C219,Bolted, Sleeve-Type Couplings for Plain-End Pipe. h. C221, Fabricated Steel Mechanical Slip-Type Expansion Joints. i. C606, Grooved and Shouldered Joints. 3. ASTM International (ASTM): a. A497, Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. b. A615/A615M, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. C. C94/C94M, Standard Specification for Ready-Mixed Concrete. d. C150, Standard Specification for Portland Cement. 4. NSF International (NSF): 61B, Drinking Water System Components- Health Effects. 1.02 SUBMITTALS A. Action Submittals: 1. Detailed pipe fabrication drawings showing pipe details, special fittings and bends, dimensions, coatings, and other pertinent information. CVO/321068A NOVEMBER 7, 2005 02500 1 CONVEYANCE PIPING—GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Layout drawing showing location of each pipe section and each special length. 3. Pipe pressure class. 1.03 DELIVERY, STORAGE,AND HANDLING A. In accordance with manufacturer's recommendations and as specified in individual Specification(s) following this section. B. Marking at Plant: Mark each pipe and fitting at plant. Include date of manufacture, manufacturer's identification, specification standard, diameter of pipe dimension ratio,pipe class,pipe number for laying purposes, and other information required for type of pipe. C. Pipe, specials, and fittings received at Project Site in damaged condition will not be accepted. D. Gasket Storage: Store rubber gaskets in cool,well ventilated place,and do not expose to direct rays of sun. Do not allow contact with oils, fuels,petroleum, or solvents. E. Store and support pipe securely to prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. F. Handling: 1. Pipe shall be handled with proper equipment in a manner to prevent distortion or damage. Use of hooks,chains,wire ropes,or clamps that could damage pipe, damage coating or lining, or kink and bend pipe ends is not permitted. 2. Use heavy canvas, or nylon slings of suitable strength for lifting and supporting materials. 3. Lifting pipe during unloading or lifting into trench shall be done using two slings placed at quarter point of pipe section. Pipe may be lifted using one sling near center of pipe,provided pipe is guided to prevent uncontrolled swinging and no damage will result to pipe or harm to workers. Slings shall bear uniformly against pipe. 4. Pipe and fittings shall not be stored on rocks or gravel, or other hard material that might damage pipe.This includes storage area and along pipe trench. PART 2 PRODUCTS 2.01 PIPE A. As specified in the individual Specification(s)following this section. CVO/321068A NOVEMBER 7,2005 02500 2 CONVEYANCE PIPING—GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.02 JOINTS A. As specified in the individual Specification(s)following this section. 2.03 COUPLINGS A. General: 1. Coupling linings for use in potable water systems shall be in conformance with NSF 61B. 2. Couplings shall be rated for appropriate operating pressure and hydrostatic test pressure. 3. Exposed,bolted, sleeve-type couplings shall be lined and coated with fusion bonded epoxy in accordance with AWWA C213. 4. Buried,bolted, sleeve-type couplings shall be lined and coated with fusion-bonded epoxy in accordance with AWWA C213 and wrapped with petroleum wax tape in accordance with AWWA C217. B. For Pipe with Plain-Ends: 1. Bolted, sleeve-type coupling, in accordance with AWWA C219. a. Manufacturer of couplings shall observe same quality control requirements as specified in AWWA C221 for fabrication of pipe expansion joints. b. Unless thrust restraint is provided by other means, bolted, sleeve- type couplings shall be harnessed. Harness details shall be in accordance with requirements of appropriate reference standard or as shown on Drawings. C. Certified Welding Inspector at coupling fabrication facility shall verify welders and welding procedures are qualified,procedures are being followed, and quality assurance functions are being implemented. d. Standard to Which Pipe is Manufactured: AWWA C200. e. Pipe Ends Tolerance: Conform to Table 4 of AWWA C219. f. Rated Working Pressure: As specified in Pipe Schedule. g. Test Pressure: As specified in Pipe Schedule. h. Operating Temperature Range: 185 degrees F to 10 degrees F. 2. Fabricated steel,mechanical slip-type expansion joints,in accordance with AWWA C221. a. Standard to Which Pipe is Manufactured: AWWA C200. b. Pipe Ends Tolerance: Conform to Table 2 of AWWA C221. C. Rated Working Pressure: As specified in Pipe Schedule. d. Test Pressure: As specified in Pipe Schedule. e. Operating Temperature Range: 185 degrees F to 10 degrees F. a f. Slip Pipe Material: Chrome plated steel. CVO/321068A NOVEMBER 7, 2005 02500 3 CONVEYANCE PIPING—GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT g. Coating Requirements: Fusion bonded epoxy, lined and coated. 3. Depend-O-Lok couplings as manufactured by Victaulic Depend-O-Lok, Inc. C. For Pipe with Flanged Ends: 1. Flanged coupling adapters, in accordance with AWWA C219. a. Standard to Which Pipe is Manufactured: AWWA C200. b. Pipe Ends Tolerance: Conform to Table 4 of AWWA C219. C. Pipe Outside Diameter, Including Coating: As shown on Drawings. d. Service Type: Raw water. e. Rated Working Pressure: 25 psig. f. Test Pressure: 35 psig. g. Operating Temperature Range: 40 degrees F to 70 degrees F. 2.04 FLANGES, FLANGE GASKETS,AND BOLTING MATERIALS A. As specified in individual specifications following this section. B. Flanges,bolting materials, and flange gaskets for steel flanges shall conform to AWWA C207. C. Flanges, bolting materials, and flange gaskets for ductile iron flanges shall conform to AWWA C110 and AWWA C115. 2.05 FLANGE INSULATION KITS AND INSULATING COUPLINGS A. Flange Insulation Kit: 1. Bolt holes, size as required. 2. As specified in Section 13990, Galvanic Anode Cathodic Protection System. B. Insulating Couplings: 1. Provide one-piece Mylar sleeve/washer for tie-rod restraints associated with insulated flexible couplings installations in accordance with Section 13990, Galvanic Anode Cathodic Protection System. 2. Manufacturers and Products: a. Dresser Industries; Style 39. b. Baker Coupling Company, Inc.; Series 216. C. Romac Industries; Style IC501. CVO/321068A NOVEMBER 7,2005 02500 4 CONVEYANCE PIPING—GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 3 EXECUTION 3.01 GENERAL A. Notify Engineer at least 2 weeks prior to field fabrication of pipe or fittings. B. Furnish feeler gauges of proper size,type, and shape for use during installation for each type of pipe furnished. 3.02 EXAMINATION A. Verify size,material,joint types,elevation, and horizontal location of existing pipeline to be connected to new pipeline or new equipment. B. Inspect size and location of structure penetrations to verify adequacy of wall pipes, sleeves, and other openings. C. Damaged Coatings and Linings: Repair using coating and lining materials in accordance with manufacturer's instructions. 3.03 INSTALLATION A. General: 1. Join pipe and fittings in accordance with manufacturer's instructions, unless otherwise shown or specified. 2. Install individual pipe lengths in according to approved lay diagram. Misplaced pipe shall be removed and replaced. 3. Inspect pipe and fittings before installation, clean ends thoroughly, remove foreign matter and dirt from inside. 4. Flanged Joints: a. Install perpendicular to pipe centerline. b. Bolt Holes: Straddle vertical centerline, aligned with connecting equipment flanges or as shown on Drawings. C. Use torque-limiting wrenches to provide uniform bearing and, proper bolt tightness. d. Flange Type: Use flat-faced flange when joining with flat-faced ductile or cast iron flange. 5. Couplings: a. Install in accordance with manufacturer's written instructions. b. Before coupling,clean pipe holdback area of oil, scale,rust, and dirt. C. Remove pipe coating, if necessary, to obtain smooth surface. d. Clean gaskets before installation. e. If necessary, lubricate with gasket lubricant for installation on pipe ends. CVO/321068A NOVEMBER 7, 2005 02500 5 CONVEYANCE PIPING—GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT f. Tighten coupling bolts progressively, drawing up bolts on opposite sides gradually until bolts have uniform tightness. 3.04 THRUST RESTRAINT A. Location: At pipeline tees,plugs,caps,bends, and locations where unbalanced forces exist. 3.05 CORROSION PROTECTION A. Buried Pipe: As specified in the individual specifications following this section. B. Notify Engineer at least 3 days prior to start of surface preparation, coating application, and corrosion protection work. 3.06 FIELD QUALITY CONTROL A. Pressure Leakage Testing:As specified in the individual Specification(s) following this section. 3.07 CLEANING A. Following assembly and testing, and prior to final acceptance, flush pipelines with water at 2.5 fps minimum flushing velocity until foreign matter is removed. B. If impractical to flush large diameter pipe at 2.5 fps, clean pipe in-place from inside by brushing and sweeping,then flush or blow line at lower velocity. C. Remove accumulated debris through blowoffs 2 inches and larger or by removing spools and valves from piping. END OF SECTION CVO/321068A NOVEMBER 7,2005 02500 6 CONVEYANCE PIPING—GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT SECTION 02501 WELDED STEEL PIPE, SPECIALS,AND FITTINGS PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Mechanical Engineers (ASME): a. B 16.9,Factory-Made Wrought Steel Buttwelding Fittings. b. B36.IOM, Welded and Seamless Wrought Steel Pipe. C. BPVC SEC V,Nondestructive Examination. d. BPVC SEC VIII,Div. 1,Rules for Construction of Pressure Vessels. e. BPVC SEC IX, Qualification Standard for Welding and Brazing Procedures, Welders,Brazers, and Welding and Brazing Operators. 2. American Society for Nondestructive Testing Inc. (ASNT): SNT-TC-IA, Personnel Qualification and Certification in Non-Destructive Testing. 3. American Water Works Association(AWWA): a. C200, Steel Water Pipe—6 inch(150 mm) and Larger. b. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape -Hot-Applied. C. C205, Cement-Mortar Protective Lining and Coating for Steel Water Pipe-4 in. (100 mm) and Larger- Shop Applied. d. C206, Field Welding of Steel Water Pipe. e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C209, Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections,and Fittings for Steel Water Pipelines. g. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. h. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. i. C214, Tape Coating Systems for the Exterior of Steel Water Pipelines. j. C215,Extruded Polyolefin Coatings for the Exterior of Steel Water Pipelines. k. C216, Heat-Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. CVO/321068A NOVEMBER 7,2005 02501 1 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 1. C218, Coating the Exterior of Aboveground Steel Water Pipelines and Fittings. in. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings. n. C602, Cement-Mortar Lining of Water Pipelines in Place—4 in. (100 mm) and Larger. o. M 11 (Manual), Steel Pipe-A Guide for Design and Installation. 4. American Welding Society(AWS): a. A2.4, Standard Symbols for Welding,Brazing,and Nondestructive Examination. b. A3.0, Standard Welding Terms and Definitions. C. D1.1, Structural Welding Code—Steel. d. QC 1, Standard for AWS Certification of Welding Inspectors. 5. ASTM International (ASTM): a. A20, Standard Specification for General Requirements for Steel Plates for Pressure Vessels. b. A53/A53M, Standard Specification for Pipe, Steel, Black and Hot-Dipped,Zinc-Coated, Welded and Seamless. C. A106, Standard Specification for Seamless Carbon Steel Pipe for High-Temperature Service. d. A234/A234M, Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. e. A370, Standard Test Methods and Definitions for Mechanical Testing of Steel Products. f. A435/A435M, Standard Specification for Straight-Beam Ultrasonic Examination of Steel Plates. g. A516/A516M, Standard Specification for Pressure Vessel Plates, Carbon Steel,for Moderate- and Lower-Temperature Service. h. A572/A572M, Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. i. A770/A770M, Standard Specification for Through-Thickness Tension Testing of Steel Plates for Special Applications. j. A 10 1 8/A 10 1 8M, Standard Specification for Steel, Sheet and Strip,Heavy Thickness Coils Hot Rolled, Carbon, Structural, High-Strength and Low-Alloy, Columbium or Vanadium and High-Strength Low-Alloy with Improved Formability. k. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. 1. E329, Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction. in. E1255, Standard Practice for Radioscopy. 6. 'International Institute of Welding(IIW). 7. International Organization for Standardization(ISO). CVO/321068A NOVEMBER 7,2005 02501 2 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 8. NSF International (NSF): a. 60, Drinking Water Treatment Chemicals -Health Effects. b. 61, Drinking Water System Components- Health Effects. 9. Steel Pipe Fabricators Association(SFPA). 1.02 DEFINITIONS A. Fittings and Specials: Including,but not limited to fittings, closure pieces, bends,elbows, reducers,tees,wyes,bifurcations, crosses,outlets,manifolds, nozzles,wall sleeves,bulkheads, and other piping and appurtenances fabricated from steel plate, sheet,or coils as required to provide the Work, complete. Specials shall also include piping above ground or inside structures. B. Acronyms: 1. CJP: Complete Joint Penetration. 2. CWL Certified Welding Inspector. 3. MT: Magnetic Particle Testing. 4. NDE:Nondestructive Examination. 5. NDT:Nondestructive Testing. 6. PJP: Partial Joint Penetration. 7. PQR: Procedure Qualification Record. 8. PT: Liquid Penetrant Testing. 9. RT: Radiographic Testing. 10. UT: Ultrasonic Testing. 11. VT: Visual Testing. 12. WPQ: Welder/Welding Operator Performance Qualification. 13. WPS: Welding Procedure Specification. 1.03 DESIGN REQUIREMENTS A. Pipe Layout: Design complete pipeline layout, in accordance with AW WA Manual M 11: 1. General: a. Base stationing and elevation convention as shown on Drawings. b. Maximum Laying Lengths: 1) Not limited, unless specifically shown. 2) Select lengths to accommodate installation operation. 2. Include, as Minimum: a. Specific number,location, and direction of each pipe,joint, and fitting or special.Number each pipe in installation sequence. b. Station and centerline elevation at changes in grade or horizontal alignment. CVO/321068A NOVEMBER 7,2005 02501 3 WELDED STEEL PIPE, SPECIALS, AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Station and centerline elevation to which bell end of each pipe will be laid. d. Elements of curves and bends,both in horizontal and vertical alignment. e. Location of mitered pipe sections, beveled ends for alignment conformance, butt straps,and deep bell lap joints for temperature stress control. f. Location of closures,cutoff sections for length adjustment, temporary access manways, vents, and weld lead outlets for construction convenience. 1) Provide for adjustment in pipe laying headings and to conform to indicated stationing. 2) Changes in location or number will require Engineer approval. g. Location of bulkheads,both those shown and as required, for hydrostatic testing of pipeline. B. Welding Procedure Specification(WPS): 1. Qualified by testing in accordance with ASME BPVC SEC IX for shop welds and AWS D1.1 for field welds. 2. PQRs conducted on unlisted base metal (most coil products are unlisted base metals)to be production welded as required in the referenced welding Code shall be traceable to heat lots. 3. Written WPS required for welds, both shop and field. 4. Notch-tough welding that requires heat input control shall be required: a. AWS D1.1 prequalified welding procedures are not allowed. b. WPS used to shop fabricate pipe shall be qualified in accordance with ASME BPVC SEC IX and shall include Supplementary Essential Variables. C. WPS used to field install pipe shall be qualified for heat input control in accordance with AWS D1.1. d. PQRs shall be qualified for notch tough welding with consideration for thickness of steel,test temperature, and Charpy V-notch CVN values. Refer to AWS D1.1,Annex III Requirements for CVN Testing,Option A(three specimens). Using this test procedure select test temperature and minimum average energy level for Charpy Testing, the welding position as it may relate to heat input on the heat affected zone (HAZ)test results, and the orientation of the test plates as these relate to the longitudinal or transverse properties of the HAZ. CVO/321068A NOVEMBER 7, 2005 02501 4 WELDED STEEL PIPE, SPECIALS, AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Stulling(Strutting): 1. Design stulling for pipe, specials, and fittings such that damage is avoided during handling, storage, and installation. 2. Design such that pipe deflection is prevented and to support backfill, plus backfilling and compaction equipment loads. 1.04 SUBMITTALS A. Action Submittals: 1. Shop Drawings showing pipe layout. 2. Material list and steel reinforcement schedules for materials specified. 3. Fabrication Information: a. Pipe and fitting details for temporary and permanent facilities indicating: 1) Cylinder thickness. 2) Manufacturing tolerances. 3) Maximum angular deflection limitations of field joints. 4) Closure sections and cutoffs for field length adjustment. 5) Bulkheads, including details for removal of test bulkheads and repair of lining. 6) Weld lead outlets and plugs. 7) Stulling size, spacing, and layout. b. Welded joint details including: 1) Butt joints. 2) Miter-cut ends for alignment conformance. 3) Lap joints. 4) Deep bell lap joints required for control of temperature stresses. 5) Butt strap joints. 4. Welding Data(Shop and Field Welding): a. Show on a weld map, location,type, size, and extent of welds with reference called out for WPS and NDE numbers in tail of welding symbol. b. Distinguish between shop and field welds. C. Indicate, by welding symbols or sketches, details of welded joints and preparation of base metal. d. Welding and NDE symbols shall be in accordance with AWS A2.4. e. Welding terms and definitions shall be in accordance with AWS A3.0. OFFICIAL i(EM05 it1 CVO/321068A NOVEMBER 7, 2005 02501 5 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 5. Product data for the following: a. Pipe: 1) Material data. 2) Chemical and physical test reports showing data consistent with specified requirements for each heat of steel proposed for use. b. Coatings and Linings: 1) Technical data sheets itemizing technical and performance information that indicates compliance with this Specification. 2) Color chart, if applicable. 3) Manufacturer's name,product number or name, and thickness. C. Rubber Gasket Joint: 1) Details with dimensions and fabrication tolerances for both bell and spigot ends. 2) Materials. r 3) Performance history or test data. B. Informational Submittals: 1. Certificates: In accordance with Section 01640, Manufacturers' Services, Manufacturer's Certificate of Compliance that products furnished meet requirements of this Specification. 2. Pipe Manufacturer's written Quality Assurance/Control Plan. 3. Statements of Qualification: a. Pipe manufacturer. b. Fittings and specials fabricator. C. Welders or Welding Operators: 1) Name of welder. 2) Welding procedures/positions for which welder is qualified to weld. 3) Assigned certification stamp number. 4) Certification date. 5) Current certification status. d. Certified Welding Inspector. e. NDT Quality Control Personnel. t CV0/3021068A NOVEMBER 7, 2005 02501 6 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 4. Procedures: a. Shop and field welding information: At a minimum include a complete welding code paper trail with linkage to Shop Drawings that includes the following: 1) Written WPS and PQR. a) Provide complete joint dimensions and details showing bevels, groove angles,root face, and root openings for all welds. b) Notch-tough welding shall be required. For shop welding, address supplementary essential variables in addition to essential variables as indicated in ASME Section IX, QW-251.2. For field welding, heat-input, control PQR essential variables as indicated in AWS D1.1 shall be included. For shop and field welding,provide heat-input table on WPSs for welder guidance. c) PQRs for notch-tough welding shall document heat-input control by monitoring volts, amps, and travel speed or time-rate of change of weld metal volume as calculated by measuring change in electrode length over a period of time. Charpy V-notch tests shall be conducted on weld metal and heat affected zone. Test coupons shall be oriented transverse to final direction of rolling. Full size Charpy specimen test acceptance shall be same as base metal specified herein. 2) Written NDT procedures. 3) Current WPQ. 4) Written description of proposed sequencing of events or special techniques such as: a) Controlling pipe wall temperature stress during installation. b) Minimizing distortion of steel. c) Shop-Applied Cement-Mortar Lining: Include description of machine to be used and list of similar projects where machine was used. Identify pipe size and total footage. d) Monitoring pipeline temperatures during installation. b. Written weld repair procedures for the Work. C. Field coating application and repair. d. Field lining application and repair. CVO/321068A NOVEMBER 7,2005 02501 7 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT e. Written consumable control procedure for welding materials demonstrating: 1) How consumables will be stored to comply with manufacturer's written instructions. 2) How consumables will be dried in ovens prior to use. 3) How consumables which become wet will be reconditioned. 5. Reports: a. Source Quality Control Test Reports: 1) Steel impact testing using Charpy V-notch method. 2) Coating and lining factory Site visit letter by qualified manufacturer's technical representative. b. Field Quality Control Test Reports: 1) Weld'tests, including re-examination of repaired welds, on each weld joint for the following tests, as applicable: a) Visual Testing(VT). b) Radiographic Testing(RT). c) Ultrasonic Testing(UT). d) Magnetic Particle Testing(MT). e) Liquid Penetrant Testing (PT). f) Leak Testing(LT). 2) Coating and lining Site visit letter by qualified technical representative. " "+ 3) Applicator's quality control records, including environmental conditions,dry film thickness, and adhesion tests, when requested by Engineer. C. Cement-mortar lining compressive strength tests in accordance with AWWA C205. 6. Field Testing Plan: Submit at least 15 days prior to testing and include at least the following information: a. Testing dates. b. Piping system and sections to be tested. C. Method of isolation. d. Method of conveying water from source to system being tested. 1.05 QUALITY ASSURANCE A. Qualifications: 1. Pipe Manufacturer: a. Experienced in fabricating pipe of similar diameters,lengths, and wall thickness required for the Work. b. Steel Pipe Fabricators Association(SPFA),Lloyd's Registry Certification,or ISO 9000 Certification. CVO/321068A NOVEMBER 7,2005 02501 8 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Demonstrate current production capability for volume of work required for this Project. d. Experience shall include successful fabrication to AWWA C200 standards of at least 5,000 linear feet of 90-inch diameter or larger pipe, with wall thickness of 0.5 inches or greater,within past 5-year period. e. Experience shall be applicable to fabrication plant facilities and personnel,not company or corporation that currently owns fabrication facility or employs personnel. 2. Fittings and Specials Fabricator: a. Experienced in fabricating fittings and specials of similar diameters and wall thickness required for the Work. b. Steel Pipe Fabricators Association (SPFA),Lloyd's Registry Certification, or ISO 9000 Certification. C. Demonstrate current production capability for volume of work required for this Project. d. Experience shall include successful fabrication to AWWA C200/C208 standards of at least 25 fittings of 90-inch or larger pipe,with wall thickness 0.5 inch or greater,within past 5-year period. e. Experience shall include successful fabrication of at least five crotch plate fittings or specials requiring post weld heat treatment within past 5-year period. f. Experience shall be applicable to fabrication shop facilities and personnel, not company or corporation that currently owns fabrication facility or employs personnel. 3. Welders and Welding Operators: a. Shop Welders: In accordance with ASME BPVC SEC IX. b. Field Welders: In accordance with AWS D1.1. 4. Certified Welding Inspector(CWI): a. In accordance with AWS QC 1, with knowledge of appropriate welding code for the Work. b. After receiving CWI qualification, CWI shall have at least 5 years of professional experience related to welding inspection similar to the Work. 5. NDT Quality Control Personnel: a. In accordance with requirements of Recommended Practice No. SNT-TC-IA,Level II. b. After receiving NDT qualification,NDT personnel shall have at least 5 years of professional experience related to NDT inspection similar to the Work. CVO/321068A NOVEMBER 7, 2005 02501 9 WELDED STEEL PIPE, SPECIALS, AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT B. Certified Welding Inspector(CWI)For Shop Welding: 1. In accordance with AWWA C200 and as follows. 2. Responsibilities: a. Verify conformance to use of specified materials and their proper storage. b. Monitor conformance to approved WPS. C. Monitor conformance to approved NDT procedure specifications. d. Monitor conformance of WPQ. e. Provide 100 percent visual inspection before,during, and after shop welding. f. Supervise NDT personnel and evaluate test results. g. Maintain records and prepare report confirming results of inspection and testing. C. Certified Welding Inspector(CWI)For Field Welding: 1. Provide full time. 2. In accordance with AWWA C206, AWS D1.1, and as follows. 3. Responsibilities: a. Verify conformance to use of specified materials and their proper storage. b. Monitor conformance to approved WPS. C. Monitor conformance to approved NDT procedure specifications. d. Monitor conformance of WPQ. e. Provide 100 percent visual inspection before, during, and after field welding. f. Supervise NDT personnel and evaluate test results. g. Maintain records and prepare report confirming results of inspection and testing. D. Prefabrication Meeting: Hold prior to fabrication of pipe, fittings, or specials between representatives of Owner, Contractor, Engineer, and pipe fabricator to review the following: 1. Project scope. 2. Submittal requirements. 3. Testing. 4. Inspection responsibilities. 5. Shop welding requirements. 6. Field welding requirements. 7. Shop and field coating and lining requirements. 8. Production and delivery schedule. 9. Other issues pertinent to the Work. CVO/321068A NOVEMBER 7, 2005 02501 10 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT E. Inspection of Coating and Lining Application: Qualified manufacturer's technical representative shall visit pipe coating and lining shop and Project Site at beginning of application process to verify proper workmanship associated with coating and lining application and as may be required to resolve shop or field problems. Written report of visit shall be submitted to Engineer. F. Retain services of trained technician to test coating and lining system in shop and field, and prepare letter confirming that materials applied conform to these Specifications. Tests shall include holiday detection, adhesion testing, and film thickness measurement. 1.06 DELIVERY, HANDLING,AND STORAGE A. Pipe Marking: 1. Legibly mark installation sequence number on pipe, fittings,and specials in accordance with piping layout. 2. Special pipe sections and fittings shall be marked at each end with notation"TOP FIELD CENTERLINE." 3. The word"TOP"shall be painted or marked on outside top spigot of each pipe section. 4. Mark"TOP MATCH POINT" for compound bends per AWWA C208 so end rotations can be easily oriented in field. B. Delivery: 1. Securely bulkhead or otherwise seal ends of pipe, specials, and fittings prior to loading at manufacturing Site. 2. Pipe ends shall remain sealed until installation. 3. Damage to pipe, fittings, or specials, including linings and coatings, found upon delivery to Job Site shall be repaired to Engineer's satisfaction or removed from Site and replaced. C. Storage: 1. Support pipe securely to prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. 2. Support on sand or earth berms free of rock exceeding 3 inches in diameter. CVO/321068A NOVEMBER 7, 2005 02501 11 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 1.07 SEQUENCING AND SCHEDULING A. Notify Engineer in writing of the following: 1. Pipe Manufacturing: Not less than 14 days prior to starting. 2. Not less than 5 days prior to start of each of the following: a. Welding. b. Coating application. C. Lining application d. Shop hydrostatic testing. PART 2 PRODUCTS 2.01 GENERAL A. Pipe: 1. Manufacturing of steel pipe, fittings, and specials shall be under direction of one pipe Supplier. 2. Responsibility shall include, at minimum,coordinating work of other suppliers for fittings and specials. B. Steel pipe, fittings, and specials shall be manufactured,tested, inspected, and marked to comply with AWWA C200 and additional requirements of these Contract Documents. C. In lieu of collar reinforcement,pipe, fittings, or specials with outlets may be fabricated in their entirety of steel plate having thickness equal to sum of pipe wall plus required reinforcement. D. Unless shown otherwise, for pipes over 30 inches in diameter the diameter shown shall be considered finished inside diameter after lining. 2.02 PIPE BARREL A. Steel: Provide steel coils for spiral welded steel pipe or steel plate for straight seam welded steel pipe per AWWA C200 and as follows: 1. Minimum Yield Strength: 36,000 psi. 2. Minimum Tensile Strength: 53,000 psi. 3. Minimum Elongation in 2-inch Gauge Length: 21 percent. 4. Weld-Ability: Maximum carbon equivalent of 0.45, as measured using AWS D1.1, Annex XI , Guideline on Alternative Methods for Determining Preheat formula: CE=C+((Mn+Si)/6))+(Cr+Mo+V)/5+(Ni+Cu)/15. CVO/321068A NOVEMBER 7, 2005 02501 12 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 5. Pressure Vessel Quality as follows: a. Coils: Continuous cast process, fully-killed, fine grained practice conforming to physical,manufacturing and testing requirements of ASTM Al018/A1018M, SS. 1) Steel Chemistry: a) Carbon: 0.20 percent maximum. b) Manganese: 1.35 percent maximum. c) Aluminum: 0.020 percent minimum. d) Phosphorus: 0.025 percent maximum. e) Sulfur: 0.015 percent maximum. b. Plate: 1) Fully-killed,conforming to ASTM A20, fine grained practice conforming to physical,manufacturing and testing requirements of ASTM A516/A516M, Grade 70. 2) Steel Chemistry: Conform to ASTM A516/A516M, Grade 70. Steel plates that are 3/4 inch thick or greater shall be normalized. C. Toughness: 1) Charpy V-Notch Acceptance Criteria: Transverse specimen orientation, full size specimens, 25 foot-pounds energy at test temperature of 30 degrees F test outside diameter wrap of two coils minimum per heat lot. d. Wall Thickness: As shown on Piping Schedule in Section 15200, Process Piping—General. 2.03 FITTINGS AND SPECIALS A. Fabrication: 1. Shop fabricate.No field fabrication will be allowed,unless approved by Engineer. 2. Fabricate from materials or straight pipe in full conformance with requirements of these Contract Documents and dimensions of AWWA C208,unless otherwise indicated. B. Wall Thickness: 1. General: a. Refer to ASME B36.1OM for definitions of wall thickness for standard weight pipe and nominal pipe size(NPS). b. Reinforce to withstand either internal pressures, both circumferential and longitudinal, or external loading conditions, whichever is greater. CVO/321068A NOVEMBER 7, 2005 02501 13 WELDED STEEL PIPE, SPECIALS, AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Minimum Plate Thickness: The greater of adjacent mainline pipe, the thickness shown,the thickness calculated as hereinafter specified, or as shown in Table 1. Table 1 Pipe Manifolds Elbows Nominal Pipe Piping Above Ground Bends Dia. Inches Pi in in Structures Reducers Over 24 3/8 inch 3/8 inch C. Elbows, Unless Otherwise Indicated: 1. Minimum Radius: 1.5 times pipe diameter. 2. Minimum Bend Wall Thickness: Greater of Table 1 above or as calculated for straight pipe under internal pressure multiplied by the following stress intensities: AWWA C208-83 Bend Bend Radius Multiplier"n" Stress Intensity 1.0 1.67 1.5 1.33 3. Maximum Miter Angle: 11-1/4 degrees on each section resulting in a maximum deflection angle*of 22.5 degrees per miter weld as recommended in AWWA C208. 4. Bevels: Vary bevels on miters to provide a constant weld groove angle. For a 11-1/4 degree miter, (22.5 degrees miter weld)bevels must vary from 18.75 degrees on OD of bend to 41.25 degrees on ID of bend to provide a constant 60 degree groove angle for CJP welding. 5. Complete joint penetration(CJP)welds on miter welds. D. Outlets: 1. Larger than 24 Inches: Fabricate from ASTM A106, Grade B, standard weight pipe. 2. Fabricate collar or wrapper reinforcement using same steel as specified for main pipe barrel. E. Steel Butt-Weld Fittings: 1. Standard weight. 2. Taper pipe wall at welds at 4:1 for connection to pipe of different wall thickness. CVO/321068A NOVEMBER 7, 2005 02501 14 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 3. Coordinate difference in diameter convention between specials and AWWA C200/C208 pipe and fittings to provide complete piping system as shown. 2.04 JOINTS A. Shop Welded: 1. Fabricate in accordance with AWWA C200 as modified herein. 2. Complete joint penetration(CJP)butt joints shall be used for longitudinal,girth, and spiral welds,unless otherwise indicated. 3. Lengths of pipe shall not be shop joined using lap joints. B. Preparation of Joints for Field Welding: 1. General: All field joints shall be complete joint penetration butt joints unless approved otherwise by the Engineer. 2. Butt Joint Welded: Plain ends beveled as required by AWWA C200 and Contractor's field WPS. 3. Lap Joint Welded: a. Double fillet lap joints in preparation for field welding shall be in accordance with AWWA C200. b. For pipe 30 inches in diameter and larger,tack weld four metal tabs at equal intervals around inside circumference of bell ends to indicate location at which spigot end has reached maximum penetration into bell. Remove stops after welding of joint. C. Double welded lap joints and butt-strap joints shall be tapped and drilled for testing in accordance with AWWA C206. C. Miter-cut Ends: 1. As shown on Drawings. 2. Moderate deflections and long radius curves may be made using miter-cut ends. 3. Use only with rubber gasket joints or lap welded joints,unless specifically approved in writing by Engineer. 4. Maximum Total Allowable Angle: 3 degrees per pipe joint. 5. Provide miter-cut that is cold expanded square with face of miter—cut on bell ends only. 6. Mitering of spigot ends will not be permitted. CVO/321068A NOVEMBER 7,2005 02501 15 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 2.05 STULLING(STRUTTING) A. Materials: 1. Shop-Lined Pipe: Wood stulls and wedges. 2. Unlined Pipe: Steel or wood. B. Install stulling for pipe, specials,and fittings in accordance with approved submittal and as soon as practical after pipe is fabricated or, for shop-lined pipe, after lining has been applied. C. Install stulling in manner that will not harm lining. 2.06 COATINGS A. General: 1. Notify Engineer at least 3 days prior to application of coating products. 2. Holdback of and coating from field-welded joints shall be as follows: a. For lap welded joints and flex couplings, 8 inches. b. For butt weld and butt strap joints, 6 inches. 3. Furnish inspection devices that are calibrated and in good working condition for detection of holidays and measurement of coating film thickness and adhesion testing. 4. Unless otherwise indicated,coat exterior surfaces of pipe and fittings passing through structure walls from center of wall or from wall flange to end of underground portion. B. Liquid Epoxy Coating: 1. High-build polyamide epoxy shall conform to AWWA C210 and shall be liquid coating,potable water grade,capable of 6 to 8 mils dry film thickness per coat. 2. Surface Preparation: Conform to AWWA C210. 3. Apply two coats minimum.First coat shall be different color than topcoat. If more than two coats are applied, alternate colors between coats. Engineer will select final topcoat color. 4. Thickness: Conform to AWWA C210. 5. Do not coat machined surfaces of flanges. 6. Where epoxy coating is adjacent to tape coating,tape coating shall be applied over epoxy coating after epoxy coating has completely cured. 7. Coating systems for field-welded joints shall be liquid epoxy in accordance with AWWA C210. CVO/321068A NOVEMBER 7, 2005 02501 16 WELDED STEEL PIPE, SPECIALS, AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Aboveground Pipe Coating: 1. All pipe installed above ground shall be coated with epoxy-polyamide. a. Materials shall conform to AWWA C218 and the following: Aboveground Pipe Coating Coat Type MDFT Primer Polyamide, anticorrosive 4 epoxy Intermediate High-build polyamide 8 epoxy Finish Polyurethane Enamel 3 b. Color shall be as selected by Owner. 2. Coating system for field-welded joints shall consist of epoxy-polyamide with polyurethane enamel finish conforming to AWWA C218. 2.07 LININGS A. General: 1. Notify Engineer at least 3 days prior to application of lining products. 2. Holdback of lining from field-welded joints shall be as follows: a. For lap-welded joints and flex couplings, 8 inches. b. For butt-weld and butt-strap joints, 6 inches. B. Shop-Applied Cement-Mortar Lining: 1. Applied centrifugally in conformance with AWWA C205. Thickness shall be 1/2 inch. 2. Lining machine type that has been used successfully for similar work and approved by Engineer. 3. Maintain pipe in round condition during lining operation and thereafter by suitable bracing or strutting. 4. Provide polyethylene or other suitable bulkhead on ends of pipe and on special openings to prevent drying out of lining. Bulkheads shall be substantial enough to remain intact during shipping and storage until pipe is installed. 5. Pipe shall be left bare where field joints occur. 6. Ends of lining shall be left square and uniform. Feathered or uneven edges will not be permitted. CVO/321068A NOVEMBER 7,2005 02501 17 WELDED STEEL PIPE, SPECIALS, AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Field-Applied Cement-Mortar Lining: 1. Materials conforming to AWWA C602. 2. Do not use pozzolanic material in mortar mix. 3. Admixtures shall contain no calcium chloride. 4. Wire mesh conforming to AWWA C205. 2.08 SOURCE QUALITY CONTROL A. Steel Toughness Testing: 1. Include three impact specimens;conduct test in direction transverse to final direction of rolling. 2. Coils: a. Conduct Initial Charpy Testing of each coil of each heat to establish uniformity of steel followed by Production Charpy Testing where random coil from each heat is selected to verify consistency. b. Conduct Initial Charpy Testing of 25 percent of steel for pipe and specials. Take test coupons from each coil of each heat at locations of outer, middle, and inner wrap of coil. Middle coil test coupons may be taken from ends of full-length pipes that are closest to middle of coil. C. Conduct Production Charpy Testing on random coil of each heat on 75 percent of steel for pipe and specials. d. Coils that do not qualify shall not be used in production of pipe. 3. Plate: a. Conduct Charpy Tests on each plate in accordance with ASTM A20. b. Conduct on full-size(10 mm by 10 mm) specimens from each plate in accordance with ASTM A20. C. Plates that do not qualify shall not be used in production of pipe. B. Shop Hydrostatic Pressure Test: In accordance with AWWA C200 Section 5.2, except as follows: 1. General:Unless specified otherwise,testing of pipe, fittings, and specials shall be performed before lining and coating is applied. 2. Pipe: Maintain test pressure for minimum of 5 minutes. 3. Fittings and Specials: a. If fabricated from untested straight pipe,test to minimum pressure equal to field test pressure. CVO/321068A NOVEMBER 7,2005 02501 18 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT a b. Except as otherwise specified herein,no additional shop hydrostatic test will be required on fittings and specials fabricated from successfully tested straight pipe. C. Hydrostatically test fittings and specials with crotch plates, regardless of whether or not straight pipe sections used were previously tested. C. Joints,Lap-Welded: 1. Fit test minimum of five joints, selected by Engineer, of each pipe size used: a. Join pipe ends with proposed adjacent pipe end. b. Match-mark pipe ends. C. Record Actual Annular Space: 1) Maximum space at any point. 2) Minimum space at any point. 3) Space at 90-degree intervals; top, bottom, and spring line on both sides. D. Shop Nondestructive Testing: 1. Welds: 100 percent visually examined by CWI to criteria in ASME BPVC SEC VIII, Division 1. 2. Butt-Joint Welds: 100 percent radioscopic examine in accordance with ASTM E1255. Acceptance criteria per ASME BPV Code, Section VIII, Division 1,Paragraph UW-51. Ultrasonically examine welds that, in opinion of Engineer, cannot readily be radiographed. 3. Fillet Welds: 100 percent examine using magnetic particle inspection method in accordance with ASME BPVC SEC VIII,Division 1. 4. Groove Welds: 100 percent ultrasonically examine those that cannot be readily radiographically spot examined in accordance with ASME BPVC SEC VIII, Division 1. 5. Air test collars and wrappers in accordance with AWWA C206. E. Inspection of Pipe Fabrication Procedure: Select and provide independent testing agency to observe pipe fabrication. Agency staff shall have experience in observation of steel pipe fabrication in accordance with ASTM E329. Representative of agency shall be present full time and while protective coating and lining is applied. Provide a letter to Engineer certifying that pipe furnished meets requirements of this section. CVO/321068A NOVEMBER 7, 2005 02501 19 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT PART 3 EXECUTION 3.01 INSTALLATION A. General: 1. Joints and related work for field assembly of fittings and specials shall conform to requirements for straight pipe, unless otherwise shown. 2. Make minor field adjustments by pulling standard joints. a. Maximum Allowable Angle: 75 percent of manufacturer's recommended, or angle that results from 3/4-inch pull out from normal joint closure,whichever is less. b. Maximum Allowable Gap: 1/8 inch between bell and spigot at weld location. 3. Horizontal deflections or fabricated angles shall fall on alignment, as shown. 4. Vertical deflections shall fall on alignment, and pipe angle point locations shall match those indicated on Drawings. 5. Pipe 30 Inches in Diameter and Larger: a. Assure that maximum penetration of spigot end into bell end is achieved through use of shop-welded tabs on inside circumference of bell end. b. Remove welded metal tabs prior to welding inside of joint. 6. Maintain stulling in place until pipe is backfilled. 3.02 WELDING A. Conform to AWS D1.1,AWWA C206, approved welding procedures, and referenced welding codes. In case of conflict AWS D1.1 shall govern. B. Preheat and Interpass temperature requirements for unlisted base metals shall be determined according to AWS D1.1,Annex XI Guideline on Alternative Methods for Determining Preheat. C. Rejectable weld defects shall be repaired or redone, and retested until sound weld metal has been deposited in accordance with appropriate welding codes. 3.03 REPAIR OF SHOP-APPLIED COATINGS A. Exterior surfaces of steel pipe, specials, and fittings shall be inspected upon delivery to Job Site and just prior to backfilling trench. B. Repair of Cement Mortar Coating: Field repairs shall be made in accordance with AWWA C205. CVO/321068A NOVEMBER 7, 2005 02501 20 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT C. Repair of Liquid Epoxy Coating: Field repairs shall be made in accordance with AWWA C210. 3.04 COATING OF FIELD-WELDED JOINTS A. Using Liquid Epoxy: Applied to joints in accordance with AWWA C210. B. Using Epoxy Polyamide: Applied to joints in accordance with AWWA C218. 3.05 FIELD-APPLIED CEMENT-MORTAR LINING A. General: 1. Except for requirements specified in this section, lining of steel pipe shall be in accordance with AWWA C602. 2. After joints are welded, air tested, and coated, and bedding and backfill have been placed,begin cleaning and lining operation with approval of Engineer. a. Access for cleaning and lining operations shall be at pipe access manholes or pipe ends.No cutting of openings in pipe will be allowed,unless approved in writing by Engineer. Upon approval .101• by Engineer, openings may be cut into pipe in order to gain entry for placing lining. Repair of openings,welding, repair of coatings, and backfilling shall conform to other portions of these Specifications. 3. Internal Cleaning: a. Prior to placing lining,pipe shall be thoroughly cleaned of foreign matter, including water. b. Cleaning may be by hand or mechanical method that is approved by Engineer. C. Waste materials and water from cleaning operations shall not be passed through sections of existing pipe or pipe that has already been lined. d. No pipe shall be lined until inspected and approved by Engineer. 4. Protection of Appurtenances: a. Prevent mortar from being thrown into pipe openings in accordance with AWWA C602. b. Outlet openings shall be trimmed, smoothed, and beveled. C. Damaged or defective areas shall be repaired to satisfaction of Engineer. 3.06 LINING APPLICATION AT JOINTS OFFIClAU A. Cement-Mortar Lining: For pipe with shop-applied cement-mortar li iin place lining at joints in accordance with AWWA C205. M CVO/321068A NOVEMBER 7, 2005 02501 21 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 3.07 INSULATING FLANGES A. Install insulating flanges as shown and as specified in Section 13990, Galvanic Anode Cathodic Protection System. 3.08 FIELD QUALITY CONTROL A. Field Welding: 1. All welds(100 percent inspection) shall be VT inspected by Contractor's CWI and marked to indicate acceptance or rejection 2. Test butt-strap or double-welded lap joint welds by pressurizing connection between the two fillet welds in accordance with AWWA C206. a. Apply air or other Engineer-approved gas into connection between the two fillet welds. b. Paint welds with soap solution. C. Mark leaks indicated by escaping gas bubbles. d. Close threaded openings with flush pipe plugs or by welding them. 3. Inspect 50 percent of all butt joint welds with full circumference RT. 4. Inspect 50 percent of all lap joint welds PT or MT. 5. Weld Acceptance: a. If, in the opinion of Engineer, inspections indicate inadequate quality of welds,percentage of welds inspected shall be increased. b. Welds to be inspected, if less than 100 percent rate, shall be selected at random by Engineer. C. VT: Perform VT per AWS D1.1 Paragraph 6.9, Visual Inspection, Statically Loaded Nontubular Connections. d. UT: Perform UT of CJP groove welds in accordance with AWS D 1.1, Paragraph 6.13.1. e. RT: Perform RT of CJP butt joint welds in accordance with AWS D1.1,Paragraph 6.12.1. f. PT or MT: 1) Perform on fillet and PJP groove welds in accordance with AWS D1.1, Paragraph 6.10. 2) Acceptance shall be in accordance with VT standards specified above. g. Remove in manner that permits proper and complete repair by welding. - h. Caulking or peening of defective welds is not permitted. R i. Retest unsatisfactory welds. 6. Submit test results to Engineer. CVO/321068A NOVEMBER 7,2005 02501 22 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 7. Owner will conduct random nondestructive inspections of field-welded joints. Inspections will be of an appropriate type for weld being evaluated. Possible types of inspection include,but are not limited to, radiographs,magnetic particle, and ultrasonic. Testing will be performed and evaluated per AWS D1.1. Provide CWI access to the Work. B. Hydrostatic Testing: 1. Pipeline Hydrostatic Test: a. General: 1) Notify Engineer in writing 5 days prior to testing. Perform testing in presence of Engineer. 2) Test newly installed pipelines. Using water as test medium, pipes shall successfully pass a leakage test prior to acceptance. 3) Furnish testing equipment and perform tests in manner satisfactory to Engineer. Testing equipment shall provide observable and accurate measurements of leakage under specified conditions. 4) Isolate new pipelines that are connected to existing pipelines. 5) Supply of temporary water shall be as stated in Section 01500, Construction Facilities and Temporary Controls. b. Procedure: 1) Maximum filling velocity shall not exceed 0.25 foot per second, calculated based on the full area of pipe. 2) Expel air from pipe system during filling. Expel air through air release valve or through corporation stop installed at high points and other strategic points. 3) Test Pressure: 35 psi for all piping on the inlet side of the pumps. Test piping on discharge side of pumps to 200 psi. 4) Apply and maintain specified test pressure with hydraulic force pump. Valve off piping system when test pressure is reached. 5) Maintain hydrostatic test pressure continuously for 2 hours minimum,adding additional make-up water only as necessary to restore test pressure. 6) Determine actual leakage by measuring quantity of water necessary to maintain specified test pressure for duration of test. CVO/321068A NOVEMBER 7,2005 02501 23 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPVOEMENT PROJECT 7) If leaks are visible,repair defective pipe section and repeat hydrostatic test. END OF SECTION ..,.amu CVO/321068A NOVEMBER 7,2005 02501 24 WELDED STEEL PIPE, SPECIALS,AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 03215 DOWELING FOR CONCRETE PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American National Standards Institute(ANSI). 2. ASTM International (ASTM): a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. C. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. d. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. e. D648, Standard Test Method for Deflection Temperature of Plastics Under Flexural Load. f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 3. International Code Council (ICC): International Building Code(IBC). 1.02 DEFINITIONS A. ICC Reports: Published by ICC for concrete anchor manufacturers. B. Special Inspection: Observation of Work by Special Inspector for conformance to approved design Drawings and Specifications. C. Special Inspector: Qualified person who shall demonstrate competence,to satisfaction of building official, for inspection of Work specified within this section. 1.03 SUBMITTALS A. Action Submittals: 1. Product Data: Manufacturer's catalog information. 2. Samples: Two random Samples of each batch of products delivered to Site, for independent testing. B. Informational Submittals: CVO/321068A NOVEMBER 7,2005 03215 1 DOWELING FOR CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Manufacturer's instructions for preparation,placement, drilling of holes, installation of anchors and adhesive, and handling of cartridges, nozzles, and equipment. 2. Manufacturer's qualifications; include client name, address, contact person, phone number,project location, and'description of work. 3. Manufacturer's Certificate of Proper Installation. 4. Manufacturer's written letter of certification identifying installer's qualifications to install products. 5. Doweling system manufacturer's ICC Reports. 6. Detailed step-by-step instructions for the Special Inspection procedure in accordance with ICC Reports and IBC. 7. Special Inspection report. 1.04 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer: At least three similar projects with same products within the last 3 years. 2. Installer: Trained and certified by manufacturer. B. Regulatory Requirements: Adhesive shall be acceptable to EPA and health agencies for use in potable water structures. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store adhesive cartridges and adhesive components on pallets or shelving in a covered storage area. B. Store at temperatures as indicated in the manufacturer's literature and ICC Report. C. Dispose of When: 1. Shelf life has expired. 2. Stored other than per manufacturer's instructions. D. Container Markings: Include manufacturer's name,product name, batch number, mix ratio by volume,product expiration date,ANSI hazard classification, and appropriate ANSI handling precautions. CVO/321068A NOVEMBER 7,2005 03215 2 DOWELING FOR CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 2 PRODUCTS 2.01 ADHESIVE A. Disposable, self-contained cartridge system capable of dispensing both components in the proper mixing ratio and that fit into manually_ or pneumatically operated caulking gun. B. Meet requirements of ASTM C881. C. Two-component, insensitive to moisture, designed to be installed in adverse freeze/thaw environments. D. Cure Temperature,Pot Life, and Workability: Compatible for intended use and anticipated environmental conditions. E. Mixed Adhesive:Nonsag light paste consistency with ability to remain in a 1-inch diameter overhead drilled hole without runout. F. Manufacturers and Products: 1. ITW Ramset/Red Head, Wood Dale, IL;Epcon Ceramic 6 Epoxy or A7 Adhesive Anchor System. (Use only Epcon A7 Adhesive System for hollow masonry.) 2. Hilti, Inc.,Tulsa, OK; HIT Doweling Anchor System,HIT HY 150 (HIT HY 20 for hollow masonry). 3. Powers Rawl,New Rochelle,NY; Power Fast Epoxy Injection Gel Cartridge System. 4. Simpson Strong-Tie Co.,Inc.,Pleasanton, CA; Epoxy-Tie Adhesive ET22. 5. Covert Operations, Inc., Long Beach, CA;CIA-Gel 7000 Epoxy Anchors. 6. Unitex, Kansas City,MO;Pro-Poxy 300 and Pro-Poxy 300 Fast Epoxy Adhesive Anchors. 2.02 MIXING NOZZLES A. Disposable, manufactured in several sizes to accommodate size of reinforcing dowels. B. Nonremovable internal static mixer required to ensure proper blending of components. 2.03 REINFORCING DOWELS A. As specified in Section 03301, Reinforced Concrete. CVO/321068A NOVEMBER 7,2005 03215 3 DOWELING FOR CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 3 EXECUTION 3.01 GENERAL A. Dispensing,Metering, and Mixing Adhesive Components: Use portable, automatic metering and mixing device or machine capable of maintaining prescribed mix ratio within deviation of 5 percent or less,by volume. B. Install in accordance with manufacturer's recommended instructions. C. Dispense components through specially designed static mixing nozzle that thoroughly mixes components and places mixed adhesive at base of predrilled hole. 3.02 DOWEL SIZING AND INSTALLATION A. Install per adhesive manufacturer's instructions. B. Drilling Equipment: 1. Drilling Hammers for Dowel Holes: Electric or pneumatic rotary type with medium or light impact. 2. Hollow drills with flushing air systems are preferred. 3. Where edge distances are less than 2 inches,use lighter impact equipment to prevent microcracking and concrete spalling during drilling process. C. Hole Diameter: Use drill bit diameter meeting ICC Report requirements and as recommended by the manufacturer. D. Obstructions in Drill Path: 1. When existing reinforcing steel is encountered during drilling and when approved by Engineer, enlarge hole by 1/8 inch,core through existing reinforcing steel at the larger diameter, and resume drilling at original hole diameter; or redrill hole 1 inch from original location,beginning in same line at surface,redirecting drill to miss reinforcing steel. 2. Place dowels in both the misdrilled hole and the new one. 3. Bent Bar Dowels: Where edge distances are critical,and striking reinforcing steel is likely, drill hole at 10-degree angle or less and use prebent reinforcing bars. 3.03 FIELD QUALITY CONTROL A. Testing of Automatic Metering And Mixing Devices: CVO/321068A NOVEMBER 7,2005 03215 4 DOWELING FOR CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Test for Proper Ratio: a. Retain small amount of dispensed adhesive for inspection after each time pump is refilled. b. Check these Samples for color change. C. Should change in color occur, follow manufacturer's service instructions to obtain proper operation. 2. Frequency of Tests: Make full ratio check after each 100 gallons of adhesive is dispensed or if color of mixed adhesive becomes noticeably darker or lighter. 3. Ratio Check Procedure: a. Disconnect dispensing head behind ON/OFF valve. b. Place volume containers of required proportions under`B"and "A"component hose ends. C. Actuate pump. d. Both cups should fill in an equal time to proper volume, thereby verifying proportion ratio by volume. B. Dowel Testing: 1. Test dowels at one per every 10 dowels. 2. Dowels shall be tested to specified yield strength of reinforcing bar. 3. Testing apparatus shall not interfere with development of concrete failure cone at dowel. 4. Testing shall occur only after adhesive has achieved proper cure per manufacturer's requirements. 5. Failure of reinforcing bar or of base concrete will cause dowel to be rejected. For each rejected dowel, additional dowel shall be tested. Rejected dowels shall be reinstalled in sound concrete and retested. 6. If yield strength of reinforcing bar can not be achieved when tested, manufacturer's representative shall recommend revised installation procedures or adhesive products. Modified installations must be tested at same frequency as specified herein. C. Special Inspection: 1. Special Inspector shall be onsite during dowel installation. 2. Special Inspector shall observe installation and shall submit report containing the following: a. Drill bit compliance. b. Hole depth and cleanliness. C. Product Description: Product name,rod diameter and length. d. Adhesive expiration date. e. Verification of dowel installation in accordance with manufacturer's published instructions. f. ICC Evaluation Reports. CVO/321068A NOVEMBER 7,2005 03215 5 DOWELING FOR CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Manufacturer's Field Services: Provide manufacturer's representative at Site in accordance with Section 01640, Manufacturers' Services, for installation assistance, inspection, and certification of proper installation. END OF SECTION CVO/321068A NOVEMBER 7, 2005 03215 6 DOWELING FOR CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 03301 REINFORCED CONCRETE PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Concrete Institute(ACI): a. 301, Specifications for Structural Concrete for Buildings. b. 305R, Hot Weather Concreting. C. 306R, Cold Weather Concreting. d. 318/318R, Building Code Requirements for Reinforced Concrete. e. 347, Formwork for Concrete. 2. ASTM International (ASTM): a. A497, Standard Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. b. A615, Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. ,.d C. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. e. C94, Standard Specification for Ready-Mixed Concrete. f. C 150, Standard Specification for Portland Cement. g. C260, Standard Specification for Air-Entraining Admixtures for Concrete. h. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. i. C494, Standard Specification for Chemical Admixtures for Concrete. j. C618, Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. k. D994, Standard Specification for Preformed Expansion Joint Filler for Concrete(Bituminous Type). 3. Concrete Reinforcing Steel Institute (CRSI): a. Manual of Standard Practice. b. Recommended Practice for Placing Reinforcing Bars. 1.02 SUBMITTALS A. Action Submittals: CVO/321068A NOVEMBER 7, 2005 03301 1 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Reinforcing steel in accordance with CRSI Manual of Standard Practice. 2. Curing compound data. 3. Complete data on the concrete mix, including aggregate gradations and admixtures, in accordance with ASTM C94. B. Informational Submittals: 1. Manufacturer's application instructions for curing compound. 2. Ready-mix delivery tickets for each truck in accordance with ASTM C94. 1.03 QUALITY ASSURANCE A. Formwork: Unless otherwise specified, follow the recommendations of ACI 347. B. Concrete and Reinforcement: Unless otherwise specified, meet the requirements of ACI 301 and ACI 318/318R. C. Hot Weather Concreting: Conform to ACI 305R. D. Cold Weather Concreting: Conform to ACI 306R. 1.04 ENVIRONMENTAL REQUIREMENTS A. Do not place Concrete when the ambient temperature is below 40 degrees F or approaching 40 degrees F and air temperature less than 40 degrees F for the first 7 days, without special protection to keep Concrete above 40 degrees F. B. Do not use curing compound where solvents in the curing compounds are prohibited by state or federal air quality laws. Use only water curing methods. PART 2 PRODUCTS 2.01 CONCRETE A. Ready-mixed meeting ASTM C94, Option A. B. Portland Cement: ASTM C150, Type I or II. C. Admixtures: 1. Air-Entraining: ASTM C260. 2. Water-Reducing: ASTM C494,Type A or Type D. 3. Superplasticizers: ASTM C494, Type F or Type G. 4. Fly Ash: ASTM C618, Class C or Class F. CVO/321068A NOVEMBER 7, 2005 03301 2 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Anti-Washout Admixture for Tremie Concrete: a. Specially developed to prevent cement washout of concrete placed under water. b. Manufacturer and Product: Master Builders Co., Cleveland OH; Rheomac UW 450. D. Mix Design: 1. Minimum Allowable 28-day Compressive Field Strength: 4,000 psi when cured and tested in accordance with ASTM C31 and ASTM C39. 2. Coarse Aggregate Size: 1-1/2 inch(es)and smaller. 3. Slump Range: 3 inches to 5 inches. 4. Air Entrainment: Between 3 and 6 percent by volume. Use 4 percent minimum for concrete placed under requirements of cold weather concreting. 5. Water Reducers: Use in concrete without plasticizers. E. Tremie Concrete: 1. Minimum cement content of 658 pounds per cubic yard. 2. Use high range water reducing admixture(superplasticizers)admixture Awft in accordance with ASTM C494,Type F or Type G. 3. Fine Aggregate Range: 40 to 50 percent of total aggregates by weight. 4. Use natural round gravel if available in Project area. 5. Proportion mix for design strength and slump range of 6 to 9 inches with maximum water-cement ratio. 6. Use anti-washout admixture in accordance with manufacturer's recommendations. F. Mixing: Minimum 70 and maximum 270 revolutions of mixing drum. Nonagitating equipment is not allowed. 2.02 REINFORCING STEEL A. Deformed Bars: ASTM A615, Grade 60. B. Welded Wire Fabric: ASTM A497. 2.03 ANCILLARY MATERIALS A. Expansion Joint Filler: ASTM D994, 1/2-inch thick, or as shown. a, B. Nonshrink Grout: OPIUA oily Z11_21ffilff ^. 1. Color: To match concrete. j � � 2. Manufacturers and Products: CVO/321068A NOVEMBER 7,2005 03301 3 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT a. Master Builder Co., Cleveland, OH; Master Flow 928. b. Euclid Chemical Co., Cleveland, OH;Hi-flow Grout. C. Curing Compound: 1. Water-based, high solids content nonyellowing curing compound meeting requirements of ASTM C309 and ASTM C 1315. a. Moisture Loss: 0.40 kg/square meter/72 hours maximum. b. Capable of meeting moisture retention at manufacturer's specified application rate. 2. Manufacturers and Products: a. Chemrex,Inc., Shakopee, MN; Masterkure. b. Euclid Chemical Co., Cleveland, OH; Super Diamond Clear VOX. C. WR Meadows,Inc.,Hampshire,IL;VOCOMP-30. d. Vexcon Chemical, Inc.; Philadelphia,PA; Starseal 1315. e. Dayton Superior; Safe Cure and Seal 30%. PART 3 EXECUTION 3.01 FORMWORK A. Form Materials: 1. Use hard plastic finished plywood for exposed areas, and new shiplap or plywood for unexposed areas. 2. Earth cuts may be used for forming footings. B. Form Ties: 1. Fixed conical or spherical type inserts that remain in contact with forming material and allow for dry packing of form tie holes. 2. Ties shall withstand pressures and limit deflection of forms to acceptable limits. 3. Wire ties are not acceptable. C. Construction: 1. In accordance with ACI 347. 2. Make joints tight to prevent escape of mortar and to avoid formation of fins. 3. Brace as required to prevent distortion during concrete placement. 4. On exposed surfaces locate form ties in uniform pattern or as shown. CVO/321068A NOVEMBER 7,2005 03301 4 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Construct so ties remain embedded in the wall with no metal within 1 inch of concrete surface when forms, inserts, and tie ends are removed. D. Form Removal: 1. Remove after concrete has attained 28-day strength, or approval is obtained in writing from Engineer. 2. Remove forms with care to prevent scarring and damaging the surface. 3. Prior to form removal,provide thermal protection for concrete being placed under the requirements of cold weather concreting. 3.02 PLACING REINFORCING STEEL A. Unless otherwise specified,place reinforcing steel in accordance with CRSI Recommended Practice for Placing Reinforcing Bars. B. Splices and Laps: 1. Top Bars: Horizontal bars placed such that 12 inches of fresh concrete is cast below in single placement. 2. Horizontal wall bars are considered top bars. 3. Lap all bars in accordance with ACI 318. 4. Tie splices with 18-gauge annealed wire as specified in CRSI Standard. C. Welding of reinforcing steel is not permitted. 3.03 PLACING CONCRETE A. Place concrete in accordance with ACI 301. B. Removal of Water: Unless tremie method for placing concrete is specified, remove water from space to be occupied by concrete. C. Prior to placing concrete,remove water from excavation and debris and foreign material from forms. Check reinforcing steel for proper placement and correct discrepancies. D. Before depositing new concrete on old concrete, clean surface using sandblast or bushhammer or other mechanical means to obtain a 1/4-inch rough profile, and pour a cement-sand grout to minimum depth of 1/2 inch over surface. Proportion 1 part cement to 2.5 parts sand by weight. E. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over 2 feet deep. Place within 1-1/2 hours after adding cement to mix. CVO/321068A NOVEMBER 7,2005 03301 5 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT F. Eight feet maximum vertical drop to final placement,when not guided with chutes or other devices to prevent segregation due to impact with reinforcing. 3.04 PLACING OF TREMIE CONCRETE A. Place concrete when water level inside area to be filled with concrete is still and calm. B. Minimize disturbance of water until concrete design strength is obtained. 3.05 COMPACTION A. Vibrate concrete as follows: 1. Apply approved vibrator at points spaced not farther apart than vibrator's effective radius. 2. Apply close enough to forms to vibrate surface effectively but not damage form surfaces. 3. Vibrate until concrete becomes uniformly plastic. 4. Vibrator must penetrate fresh placed concrete and into previous layer of fresh concrete below. 3.06 CONSTRUCTION JOINTS A. Locate as shown or as approved. B. Maximum Spacing Between Construction Joints: 40 feet. 3.07 FINISHING A. Floor Slabs and Tops of Walls: 1. Screed surfaces to true level planes. 2. After initial water has been absorbed, float with wood float and trowel with steel trowel to smooth finish free from trowel marks. 3. Do not absorb wet spots with neat cement. B. Unexposed Slab Surfaces: Screed to true surface,bull float with wood float, and wood trowel to seal surface. C. Tolerances: Floors shall not vary from level or true plane more than 1/4 inch in 10 feet when measured with a straightedge. 3.08 FINISHING AND PATCHING FORMED SURFACES A. Cut out honeycombed and defective areas. CVO/321068A NOVEMBER 7,2005 03301 6 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Cut edges perpendicular to surface at least 1 inch deep. Do not feather edges. Soak area with water for 24 hours. C. Patch with shotcrete or low pressure mortar. D. Finish surfaces to match adjacent concrete. E. Keep patches damp for minimum 7 days or spray with curing compound to minimize shrinking. F. Fill form tie holes with nonshrink grout. 3.09 PROTECTION AND CURING A. Protect fresh concrete from direct rays of sunlight, drying winds, and wash by rain. B. Keep concrete slabs continuously wet for a 7-day period. Intermittent wetting is not acceptable. C. Use curing compound only where approved by Engineer. Cure formed surfaces with curing compound applied in accordance with manufacturer's directions as soon as forms are removed and finishing is completed. D. Remove and replace concrete damaged by freezing. 3.10 FIELD TESTS A. Evaluation of Concrete Field Strength: In accordance with ACI 318/318R. END OF SECTION CVO/321068A NOVEMBER 7, 2005 03301 7 REINFORCED CONCRETE EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 05050 WELDING PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Mechanical Engineers (ASME): a. BPVC SEC V,Nondestructive Examination. b. BPVC SEC IX, Qualification Standard for Welding and Brazing Procedures, Welders, Brazers, and Welding and Brazing Operators. 2. American Society of Nondestructive Testing(ASNT): SNT-TC-IA, Personnel Qualification and Certification in Non-destructive Testing. 3. American Welding Society (AWS): a. A2.4, Standard Symbols for Welding, Brazing, and Nondestructive Examination. b. A3.0, Standard Welding Terms and Definitions; Including Terms for Adhesive Bonding,Brazing, Soldering,Thermal Cutting and Thermalspraying. C. D 1.1/D 1.1 M, Structural Welding Code - Steel. d. D 1.2/D 1.2M, Structural Welding Code -Aluminum. e. D1.3, Structural Welding Code - Sheet Steel. f. DIA, Structural Welding Code -Reinforcing Steel. g. QC 1, Standard for AWS Certification of Welding Inspectors. 4. ASTM International (ASTM):A370, Standard Test Methods and Definitions for Mechanical Testing of Steel Products. 1.02 DEFINITIONS A. CJP: Complete Joint Penetration. B. CWL Certified Welding Inspector. C. MT: Magnetic Particle Testing. D. NDE:Nondestructive Examination. E. NDT: Nondestructive Testing. F. PJP: Partial Joint Penetration. G. PQR: Procedure Qualification Record. CVO/321068A NOVEMBER 7,2005 05050 1 WELDING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT H. PT: Liquid Penetrant Testing. I. RT: Radiographic Testing. J. UT: Ultrasonic Testing. K. VT: Visual Testing. L. WPQ: Welder/Welding Operator Performance Qualification. M. WPS: Welding Procedure Specification. 1.03 SUBMITTALS A. Shop Drawings: 1. Shop and field WPSs and PQRs. 2. NDT procedure specifications prepared in accordance with ASME BPVC SEC V. 3. Welding Data(Shop and Field): a. Show on a weld map complete information regarding base metal specification designation, location,type, size, and extent of welds with reference called out for WPS and NDE numbers in tail of welding symbol. b. Distinguish between shop and field welds. C. Indicate, by welding symbols or sketches,details of welded joints and preparation of base metal. Provide complete joint welding details showing bevels,groove angles, and root openings for welds. d. For pipe fittings,provide a joint weld beveling diagram. Refer to AWS D 1.1/D 1.1 M,Annex G Local Dihedral Angle that can be used to calculate bevels for weld joint details of intersecting pipes. e. Welding and NDE symbols shall be in accordance with AWS A2.4. f. Welding terms and definitions shall be in accordance with AWS A3.0. g. Submit welding data together with shop drawings as a complete package. B. Informational Submittals: 1. WPQs. 2. CWI credentials. 3. Testing agency personnel credentials. 4. CWI reports. CVO/321068A NOVEMBER 7,2005 05050 2 WELDING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Welding Documentation: Submit on appropriate forms in referenced welding codes. 1.04 QUALIFICATIONS A. WPSs: In accordance with AWS D 1.1/D 1.1 M (Annex E Forms)or ASME BPVC SEC IX(Forms QW482 and QW483). B. WPQs: In accordance with AWS D1.1/D1.1M (Annex E Forms) or ASME BPVC SEC IX(Form QW484). C. CWL Certified in accordance with AWS QC 1, and having prior experience with the welding codes specified. D. Testing Agency: Personnel performing tests shall be NDT Level II Certified in accordance with ASNT SNT-TC-IA. 1.05 SEQUENCING AND SCHEDULING A. Unless otherwise specified, all Submittals required in this Section shall be submitted and approved prior to commencement of welding operations. PART 2 PRODUCTS 2.01 SOURCE QUALITY CONTROL A. The CWI shall be present whenever shop welding is performed. The CWI shall perform inspection prior to assembly,during assembly, during welding, and after welding. CWI duties include: 1. Verifying conformance of specified job material and proper storage. 2. Monitoring conformance with approved WPS. 3. Monitoring conformance of WPQ. 4. Inspecting weld joint fit-up and in-process inspection. 5. Providing 100 percent visual inspection of welds. 6. Supervising nondestructive testing personnel and evaluating test results. 7. Maintaining records and preparing report confirming results of inspection and testing comply with the Work. PART 3 EXECUTION 3.01 GENERAL A. Welding and Fabrication by Welding: Conform to governing welding codes Amkreferenced in attached Welding and Nondestructive Testing Table. CVO/321068A NOVEMBER 7,2005 05050 3 WELDING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Welding procedure specifications for all pressure piping shall be qualified for notch toughness by limiting heat input; charpy testing of weld metal and heat- affected zone shall be done as a part of the welding procedure qualification. Full-size specimens shall be charpy tested in accordance with ASTM A370 at a test temperature of 30 degrees F. The minimum average energy of the test coupons shall not be less than 25 foot-pounds. 3.02 NONDESTRUCTIVE WELD TESTING REQUIREMENTS A. Weld Inspection Criteria: 1. Selection of Welds to be Tested: Unless 100 percent NDT is specified herein, as agreed upon between Engineer and Contractor. 2. Unless otherwise specified,perform NDT of welds at a frequency as shown below or in the attached table in accordance with the referenced welding codes as follows. Perform UT on CJP groove welds that cannot be readily radiographed. In case there is a conflict the higher frequency level of NDT shall apply: a. CJP Butt Joint Welds: 10 percent random RT. b. CJP Groove Welds: 10 percent random UT. C. Fillet Welds and PJP Groove Welds: 10 percent random PT or MT. -- d. All Welds: 100 percent VT. 3. Weld Acceptance: a. VT: 1) Structural Pipe and Tubing: AWS D 1.1/D 1.1 M, Paragraph 6.9,Visual Inspection, Tubular Connections. 2) All Other Structural Steel: AWS D 1.1/D 1.1 M, Paragraph 6.9,Visual Inspection, Statically Loaded Nontubular Connections. 3) Stud Connections: AWS D1.1/D1.1M, Paragraph 7.8.1. b. UT: Perform UT of CJP groove welds in accordance with AWS D1.1/D1.1M, Paragraph 6.13.3, Class R Indications. C. RT: Perform RT of CJP butt joint welds in accordance with AWS D 1.1/D 1.1 M, Paragraph 6.12.1. d. PT or MT: 1) Perform on fillet and PJP groove welds in accordance with AWS D 1.1/D 1.1 M,Paragraph 6.10. 2) Acceptance shall be in accordance with VT standards specified above. CVO/321068A NOVEMBER 7,2005 05050 4 WELDING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.03 FIELD QUALITY CONTROL A. The CWI shall be present whenever field welding is performed. The CWI shall perform inspection prior to assembly, during assembly, during welding, and after welding. CWI duties include: 1. Verifying conformance of specified job material and proper storage. 2. Monitoring conformance with approved WPS. 3. Monitoring conformance of WPQ. 4. Inspecting weld joint fit-up and in-process inspection. 5. Providing 100 percent visual inspection of all welds. 6. Supervising nondestructive testing personnel and evaluating test results. 7. Maintaining records and preparing report confirming results of inspection and testing comply with the Work. 3.04 WELD DEFECT REPAIR A. Repair and retest rejectable weld defects until sound weld metal has been deposited in accordance with appropriate welding codes. 3.05 SUPPLEMENT A. The supplement listed below, following "End of Section," is a part of this Specification. 1. Welding and Nondestructive Testing Table. END OF SECTION CVO/321068A NOVEMBER 7, 2005 05050 5 WELDING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT WELDING AND NONDESTRUCTIVE TESTING Submit Governing Written NDT Specification Welding Codes or Onsite CWI Procedure NDT Section Standards Submit WPS Submit WPQ Re 'd Sliccifications Requirements 02459 AWS D1.1/131.1M, Yes Yes Yes Yes 1001/6 VT; Steel Piles Structural Welding see Section 02459 Code—Steel 02501 ASME BPV Code, Yes Yes Yes Yes 100%VT; Welded Steel Pipe, Section 1X;and see Section 02501 Specials,and AWS D1.1/131.1M, Fittings Structural Welding Code-Steel 05120 AWS D1.1/131.1M, Yes Yes Yes Yes 10%UT or RT of Structural Steel Structural Welding all groove-and- Code—Steel butt joint welds; 10%MT of all fillet welds;see Section 05120 05500 AWS Dl.l/D1.IM, Yes Yes Yes Yes 100%VT;see Metal Fabrications Structural Welding Section 05500 and Castings Code—Steel or AWS D1.2/131.2M, Structural Welding Code—Aluminum 05520 AWS D1.1/131.1M, No No No No 100%VT;see Handrails Structural Welding Section 05520 Code—Steel or AWS D1.2/131.2M, Structural Welding Code—Aluminum 05530 AWS D1.1/131.1M, No No No No 100%VT;see Metal Grating Structural Welding Section 05530 Code—Steel or AWS D1.2/D1.2M, Structural Welding Code—Aluminum CVO/321068A NOVEMBER 7,2005 05050 SUPPLEMENT 1 WELDING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 05120 STRUCTURAL STEEL PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American Institute of Steel Construction(AISC): a. Specification for Structural Steel Buildings—Allowable Stress Design and Plastic Design,excluding Section A7.1. b. Allowable Stress Design Specification for Structural Joints using ASTM A325 or A490 Bolts. C. Manual of Steel Construction,Allowable Stress Design. d. Seismic Provisions for Structural Steel Buildings. e. Code of Standard Practice for Steel Buildings and Bridges, excluding Sections 3,4, 7.11.3.3, 7.11.4, 7.11.5, and 7.13. f. AISC Quality Certification Program. g. AISC Erector Certification Program. 2. American Welding Society(AWS): D1.1, Structural Welding Code-Steel. 3. ASTM International (ASTM): a. A6, Standard Specification for General Requirements for Rolled Structural Steel Bars,Plates, Shapes, and Steel Piling. b. A36, Standard Specification for Structural Steel. C. A53, Standard Specification for Pipe, Steel, Black and Hot- Dipped,Zinc-Coated Welded and Seamless. d. A123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. e. A 143, Standard Practice for Safeguarding Against Embrittlement of Hot-Dip Galvanized Structural Steel Products and Procedures for Detecting Embrittlement. f. A 153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. g. A325, Standard Specification for High-Strength Bolts for Structural Steel Joints. h. A384, Standard Practice for Safeguarding Against Warpage and Distortion During Hot-Dip Galvanizing of Steel Assemblies. i. A385, Standard Practice for Providing High-Quality Zinc Coatings (Hot-Dip). j. A490, Standard Specification for Heat-Treated Steel Structural bolts, 150 ksi Minimum Tensile Strength. CVO/321068A NOVEMBER 7,2005 05120 1 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT k. A500, Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 1. A501, Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. m. A563, Standard Specification for Carbon and Alloy Steel Nuts. n. A572, Standard Specification for High-Strength Low Alloy Columbium-Vanadium Structural Steel. o. A588, Standard Specification for High-Strength Low Alloy Structural Steel With 50 ksi Minimum Yield Point to 4 in. Thick. p. A673, Standard Specification for Sampling Procedure for Impact Testing of Structural Steel. q. A780, Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. r. A992, Standard Specification for Steel for Structural Shapes for Use in Building Frames. S. B695, Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. t. F436, Standard Specification for Hardened Steel Washers. U. F959, Standard Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners. V. F 1852, Standard Specification for"Twist Off'Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/150 ksi Minimum Tensile Strength. 1.02 SUBMITTALS A. Action Submittals: 1. Provide Shop Drawing details showing: a. Erection plans. b. Members and their connections. C. Anchor bolt layouts. d. Hardened washer details. e. Joint details for complete penetration welds. f. Schedules for fabrication procedures. g. Primer and other coatings. 2. Name and address of manufacturer(s). 3. Product specifications. 4. Manufacturers' testing procedures and standards. 5. Preparation and installation or application instructions, as appropriate. B. Informational Submittals: 1. Mill Certificates of tests made in accordance with ASTM A6. 2. High-Strength Bolts(Plain Noncoated and Hot-Dip Galvanized): CVO/321068A NOVEMBER 7, 2005 05120 2 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT a. Certificates of Compliance that products meet chemical and mechanical requirements of standards specified. b. Manufacturer's inspection test report results for production lot(s) furnished,to include: 1) Tensile strength. 2) Yield strength. 3) Reduction of area. 4) Elongation and hardness. C. Certified Mill Test Reports for Bolts and Nuts: 1) Name and address of manufacturer. 2) Bolts correctly marked. 3) Marked bolts and nuts used in required mill tests and manufacturer's inspection tests. 3. Direct Tension Indicators (DTIs): Furnish manufacturer's test report meeting requirements of ASTM F959. 4. Tension Control (TC) Bolts: Furnish manufacturer's test report meeting requirements of ASTM A325 and ASTM F1852. 5. Methods proposed to resolve misalignment between anchor bolts and bolt holes in steel members. 6. Welding Procedures, Qualifications, and Inspection Report: As specified in Section 05050, Welding. 7. Hot-Dip Galvanizing: Certificate of compliance signed by galvanizer with description of material processed and ASTM standard used for coating. 8. AISC Quality Certification: AISC certificate showing name and address of certified firm, effective date, and category of certification; or, for erectors, documentation of similar project experience to include project name, location, date of completion, and name and phone number of owner's contact person. 1.03 QUALITY ASSURANCE A. Mill identification marks in accordance with ASTM A6. B. AISC Quality Certification for Fabricator: Conventional Steel Structures (Sbd). C. AISC Quality Certification as Certified Steel Erector(CSE), or documented experience in erection of at least five similar structural steel facilities over the past 10 years in lieu of AISC certification. D. Welding Qualifications: As specified in Section 05050, Welding. CVO/321068A NOVEMBER 7,2005 05120 3 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. Galvanized Coating Applicator: Company specializing in hot-dip galvanizing after fabrication and following procedures of Quality Assurance Manual of the American Galvanizers Association. 1.04 DELIVERY, STORAGE,AND HANDLING A. Delivery: Load structural members in such a manner that they will be transported and unloaded without damage to coatings and without being excessively stressed,deformed, or otherwise damaged. B. Storage: 1. Protect structural steel members and packaged materials from corrosion and deterioration. 2. Store in dry area and not in direct contact with ground. 3. Protect fasteners from dirt and moisture. Do not remove lubricant from bolts and nuts. C. Handle materials to avoid distortion or damage to members or supporting structures. PART 2 PRODUCTS 2.01 MATERIALS A. Rolled Plates, Shapes except W-Shapes, and Bars: ASTM A36, unless indicated otherwise. B. W-Shapes: 1. ASTM A36 or ASTM A992,unless indicated otherwise on Drawings. 2. ASTM A992 (ASTM A572, Grade 50 per AISC Technical Bulletin No. 3,March 1997), where indicated on Drawings. 3. Plate material for frame connections shall be ASTM A572, Grade 50, where indicated on Drawings. C. Steel Pipe: ASTM A53,Type E or S,Grade B. D. Round Hollow Structural Sections (HSS): ASTM A500, Grade B (Fy equals 42 ksi). E. Square and Rectangular Hollow Structural Sections (HSS): ASTM A500, Grade B (Fy equals 46 ksi). CVO/321068A NOVEMBER 7,2005 05120 4 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.02 FASTENERS A. Anchor Bolts: As specified in Section 05500,Metal Fabrications and Castings. B. High-Strength Bolts: ASTM A325 or ASTM A490, bolt type, Type 1 hot-dip galvanized. Bolt length and thread length shall be as required for the connection type shown,with hardened washers as required. C. Direct Tension Indicators(DTIs) or Load Indicator Washers: 1. ASTM F959, coating type to match bolt finish. 2. Type A325 or A490,to match bolt type. 3. Manufacturers and Products: a. TurnaSure LLC,Langhorne,PA; DTIs. b. Applied Bolting Technology Products, Ludlow, VT; DTIs,regular or Squirter type. D. Tension Control (TC) Bolts: 1. High-strength,ASTM A325and ASTM F1852. 2. Manufacturers: a. LeJeune Bolt Company, Burnsville, MN. b. Nucor Fastener, Saint Joe, IN. C. T.S. Bolts and Tools, Bristol Machine Co., Walnut, CA. d. Haydon Bolts, Philadelphia,PA. e. Vermont Fasteners Manufacturing, Swanton, VT. E. Nuts: ASTM A563,type to match bolt type and finish. F. Hardened Steel Flat and Beveled Washers: ASTM F436, type to match bolt finish. G. Welded Shear Studs: As specified in Section 05500, Metal Fabrications and Castings. 2.03 ANCILLARY MATERIALS A. Surface Preparation and Primer: As specified in Section 09900,Painting and Protective Coatings. B. Grout: As specified in Section 03301, Reinforced Concrete. 2.04 FABRICATION A. General: CVO/321068A NOVEMBER 7,2005 05120 5 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Fabricate as shown and in accordance with AISC Specification For Structural Steel Buildings and AISC Code of Standard Practice for Steel Buildings and Bridges. 2. Columns shall be full length members without splices, unless shown otherwise or approved by Engineer. 3. Mark and match mark materials for field assembly. 4. Complete assembly, including bolting and welding of units, before start of finishing operations. 5. Fabricate to agree with field measurements. B. Connections: 1. Shop Connections: Weld or bolt, as shown. 2. Meet requirements of AISC Manual of Steel Construction tables for bolted double-angle shear connections, unless indicated otherwise. 3. Meet OSHA requirements for one independent bolt at beams framing in to column web connections. 4. Provide oversized holes for anchor bolts in column base plates in accordance with AISC Manual of Steel Construction, unless indicated otherwise. C. Welded Construction: 1. As specified in Section 05050, Welding. 2. Groove and Butt Joint Welds: Complete penetration, unless otherwise indicated. D. Interface With Other Work: 1. Holes: a. As necessary or as indicated for securing other Work to structural steel framing, and for passage of other Work through steel framing members. b. No flame-cut holes will be permitted without prior approval of Engineer. 2. Weld threaded nuts to framing, and other specialty items as shown to receive other Work. E. Shop Paint Primer: 1. Surface Preparation and painting as specified in Section 09900,Painting and Protective Coatings. 2. Do not shop prime the following surfaces, unless indicated otherwise: a. Faying surfaces of slip critical bolted connections. b. Within 2 inches of field-welded connections. CVO/321068A NOVEMBER 7,2005 05120 6 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Steel members to be completely encased in reinforced concrete or coated with cementitious fireproofing. 3. Apply shop primer to top flange surfaces of composite steel beams unless indicated otherwise. F. Galvanizing: 1. Fabricate steel to be galvanized in accordance with ASTM A143, ASTM A384,and ASTM A385.Avoid fabrication techniques that could cause distortion or embrittlement of steel. 2. Remove welding slag, splatter, burrs,grease, oil,paint, lacquer, and other deleterious material prior to delivery for galvanizing. 3. Remove by blast cleaning or other methods surface contaminants and coatings not removable by normal chemical cleaning process in the galvanizing operation. 4. Hot-dip galvanize steel members, fabrications, and assemblies after fabrication in accordance with ASTM A123. 5. Hot-dip galvanize ASTM A325 bolts,nuts,washers, and hardware components in accordance with ASTM A 153. Oversize holes to allow for zinc alloy growth. Shop assemble bolts, nuts, and washers with special lubricant and test in accordance with ASTM A325 and ASTM A563. 6. Tension-control (TC) bolts,nuts, and washers shall be mechanically zinc coated in accordance with ASTM F1852 and ASTM B695, Class 50. 7. Galvanize components of bolted assemblies separately before assembly. G. Slip Critical Bolted Connections: 1. Mask faying surfaces of slip critical (SC)bolted connections to be shop painted as specified in Section 09900, Painting and Protective Coatings. 2. Roughen galvanized faying surfaces with hand wire brushing. 2.05 SOURCE QUALITY CONTROL A. Welding: 1. Visually inspect fabrication welds in accordance with AWS D1.1, Section 6 and Table 6.1,Visual Inspection Acceptance Criteria. 2. An independent testing agency will be retained by Owner to perform the following inspection and testing of fabrication welds as specified in Section 05050, Welding. a. Groove welds: 1) Radiographic (RT) or ultrasonic (UT)testing for 10 percent " of randomly selected welds, unless otherwise indicated. CVO/321068A NOVEMBER 7, 2005 05120 7 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2) Use RT only for butt joint groove welds. b. Fillet welds larger than 5/16-inch: Liquid penetrant(PT)or magnetic particle (MT) for 10 percent of randomly selected welds, unless otherwise indicated. C. All Welds: 100 percent visually inspected(VT). 3. Repair and retest defective welds as specified in Section 05050, Welding. B. Special inspection of fabrication process and shop welding will be provided by Owner as indicated on Drawings. C. Hot-Dip Galvanizing: I. An independent testing agency will be retained by Owner to inspect and test hot-dip galvanized fabricated items in accordance with ASTM A123 and ASTM A153. 2. Visually inspect and test for thickness and adhesion of zinc coating for minimum of three test samples from each lot in accordance with ASTM A123 and ASTM A153. 3. Reject and retest nonconforming articles in accordance with ASTM A123 and ASTM A153. PART 3 EXECUTION 3.01 ERECTION A. Meet requirements of AISC Specification for Structural Steel Buildings and AISC Code of Standard Practice for Steel Buildings and Bridges,with exceptions as specified. B. Install Contractor-designed temporary construction bracing to provide necessary support until components are in place and construction is complete. C. High-Strength Bolted Connections: I. Tighten in accordance with AISC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 2. Hardened Washers: a. Provide at locations required by Washer Requirements section of AISC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts,to include slip critical connections using slotted or oversized holes or ASTM A490 bolts. b. Use beveled style and extra thickness where required by AISC Specification. CVO/321068A NOVEMBER 7,2005 05120 8 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Use square or rectangular beveled washers at inner flange surfaces of American Standard beams and channels. d. Do not substitute DTIs for hardened flat washers required at slotted and oversize holes. 3. For bearing-type connections not fully tensioned(N,X), tighten to snug tight condition. Use hardened washer over slotted or oversize holes in outer plies. D. Fully Tensioned Bolted Connections: 1. Use DTIs or TC bolts at slip critical (SC)and fully tensioned(FT) bearing-type connections. 2. DTIs: a. Position within bolted assembly in accordance with ASTM F959. b. Install bolts, with DTIs plus hardened washers as required, in all holes of an assembly and tighten until plies are in firm contact and fasteners are uniformly snug tight. 3. Final tighten bolts, beginning at most rigid part of bolted connection and progressing toward free edges, until final twist-off of TC bolts or until DTIs have been compressed to an average gap equal to or less than shown in Table 2,ASTM F959. E. Welded Connections: 1. As specified in Section 05050, Welding. 2. Groove and Butt Joint Welds: Complete penetration,unless otherwise indicated. 3.02 ANCHOR BOLTS A. Coordinate installation of anchor bolts and other connectors required for securing structural steel to in-place work. B. Provide templates and other devices for presetting bolts and other anchors to accurate locations. C. Projection of anchor bolts beyond face of concrete and threaded length shall be adequate to allow for full engagement of all threads of hold-down nuts, adjustment of leveling nuts, washer thicknesses, and construction tolerances, unless indicated otherwise. D. Placement Tolerances: 1. As required by AISC Code of Standard Practice for Steel Buildings and •. Bridges, unless indicated otherwise. CVO/321068A NOVEMBER 7,2005 05120 9 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Embedded anchor bolts shall not vary from the dimensions as shown on Drawings by more than the following: a. Center to center of any two bolts within an anchor group: 1/8 inch. b. Center to center of adjacent anchor bolt groups: 1/4 inch. C. Variation from perpendicular to theoretical bearing surface: 1:50. 3.03 SETTING BASES AND BEARING PLATES A. Clean concrete and masonry bearing surfaces of bond reducing materials and roughen to improve bond to surfaces. B. Clean bottom surface of base and bearing plates. C. Set loose and attached baseplates and bearing plates for structural members on wedges, shims, leveling nuts, or other adjustable devices. Use leveling plates where indicated. D. Tighten anchor bolts after supported members have been positioned and plumbed. Do not remove wedges or shims,but if protruding, cut off flush with edge of base or bearing plate prior to placing grout. Weld plate washers to base plates where indicated. E. Grout Under Baseplates: As specified in Section 03301, Reinforced Concrete, prior to placing loads on structure. 3.04 FIELD ASSEMBLY A. Set structural frames accurately to lines and elevations shown. B. Clean bearing surfaces and other surfaces that will be in permanent contact before assembly. C. Align and adjust various members forming a part of a complete frame or structure before permanently fastening. D. Level and plumb individual members of structure within tolerances shown in AISC Code of Standard Practice for Steel Buildings and Bridges. E. Establish required leveling and plumbing measurements on mean operating temperature of structure. Make allowances for difference between temperature at time of erection and mean temperature at which structure will be completed and in service. F. Perform necessary adjustments to compensate for minor discrepancies in elevations and alignment. CVO/321068A NOVEMBER 7,2005 05120 10 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT G. Provide additional field connection material as required by AISC Code of Standard Practice for Steel Buildings and Bridges. H. Splice members only where indicated and accepted on shop drawings. 3.05 MISFITS AT BOLTED CONNECTIONS A. Where misfits in erection bolting are encountered, immediately notify Engineer for approval of one of the following methods of correction: 1. Ream holes that must be enlarged to admit bolts and use oversized bolts. 2. Plug weld misaligned holes and redrill holes to admit standard size bolts. 3. Drill additional holes in connection, conforming with AISC Standards for bolt spacing and end and edge distances, and add additional bolts. 4. Reject member containing misfit, incorrect sized, or misaligned holes and fabricate new member to ensure proper fit. B. Do not enlarge incorrectly sized or misaligned holes in members by burning or by use of drift pins. 3.06 MISFITS AT ANCHOR BOLTS A. Resolve misalignments between anchor bolts and bolt holes in steel members in accordance with approved submittal. B. Do not flame cut to enlarge holes without prior approval of Engineer. 3.07 GAS CUTTING A. Do not use gas cutting torches in field for correcting fabrication errors in structural framing. B. Secondary members not under stress and concealed in finished structure may be corrected by gas cutting torches,if approved by Engineer. C. Finish flame-cut sections equivalent to sheared and punched appearance. 3.08 REPAIR AND CLEANING A. Immediately after erection, clean field welds,bolted connections, and abraded areas of shop primer. B. Remove and grind smooth tack welds, fit-up-lugs, and weld runoff tabs. CVO/321068A NOVEMBER 7, 2005 05120 11 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Remove weld back-up bars and grind smooth where indicated on Drawings. D. Apply touchup paint primer by brush or spray of same thickness and material as that used in shop application and as specified in Section 09900, Painting and Protective Coatings. 3.09 REPAIR OF DAMAGED HOT-DIP GALVANIZED COATING A. Conform to ASTM A780. B. For minor repairs at abraded areas, use sprayed zinc conforming to ASTM A780. C. For flame cut or welded areas,use zinc-based solder, or zinc sticks, conforming to ASTM A780. D. Use magnetic gauge to determine that thickness is equal to or greater than base galvanized coating. 3.10 FIELD QUALITY CONTROL A. High-Strength Bolted Connections: 1. An independent testing agency will be retained by Owner to perform the following inspection and testing in accordance with the AISC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts: a. Marking identification and conformance to ASTM standards. b. Alignment of bolt holes. C. Placement,type, and thickness of hardened washers. d. Tightening of bolts. 2. Bearing-Type Connections Not Fully Tensioned(N,X): Snug tight condition with plies of joint in firm contact. 3. Fully Tensioned(FT)Bearing and Slip Critical (SC) Connections: a. Conduct preinstallation test. b. Monitor installation and tightening of DTIs or TC bolts. C. Monitor condition of faying surfaces for slip critical connections. 4. Preinstallation Test: a. Conduct jobsite test prior to start of work using a bolt tension measuring device. b. Select representative sample of not less than three bolts of each diameter, length, and grade. C. Include DTIs and flat hardened washers as required to match actual connection assembly. CVO/321068A NOVEMBER 7, 2005 05120 12 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT d. Conduct test in accordance with Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 5. Nondestructive Testing (NDT) Report: Prepare and submit a written NDT report identifying location of inspected bolted connections and summary of corrections as required to meet code acceptance criteria. 6. Defective Connections: Correct and reinspect defective and improperly tightened high-strength bolted connections. Retest fully tensioned bolts as necessary to demonstrate compliance of completed work. B. Welded Connections: 1. Visually inspect field welds in accordance with AWS D1.1, Section 6 and Table 6.1, Visual Inspection Acceptance Criteria. 2. An independent testing agency will be retained by Owner to perform the following inspection and testing of field welds as specified in Section 05050, Welding. a. Groove Welds: 1) Radiographic (RT) or ultrasonic (UT)testing for 10 percent of randomly selected welds, unless otherwise indicated. 2) Use RT only for butt joint groove welds. b. Fillet Welds Larger Than 5/16 Inch: Liquid penetrant(PT) or magnetic particle (MT) for 10 percent of randomly selected welds, unless otherwise indicated. C. All Welds: 100 percent visually inspected(VT). 3. Repair and retest defective welds as specified in Section 05050, Welding. C. Special inspection will be provided by Owner as indicated on Drawings. D. Welded Shear Studs: 1. Inspect and test welded shear studs as specified in Section 05500, Metal Fabrications and Castings. END OF SECTION CVO/321068A NOVEMBER 7,2005 05120 13 STRUCTURAL STEEL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 05500 METAL FABRICATIONS AND CASTINGS PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. The Aluminum Association, Inc. (AA): The Aluminum Design Manual. 2. American Galvanizers Association(AGA): Inspection of Products Hot- Dip Galvanized After Fabrication. 3. American Institute of Steel Construction(AISC): S329, Allowable Stress Design Specification for Structural Joints using ASTM A325 or A490 Bolts. 4. American Iron and Steel Institute (AISI): Stainless Steel Types. 5. American National Standards Institute (ANSI): a. Al0.11, Safety Requirements.for Personnel and Debris Nets. b. A14.3, Ladders - Fixed- Safety Requirements. 6. American Society of Mechanical Engineers (ASME): B 1.1, Unified- inch Screw Threads (UN and UNR Thread Form). 7. American Welding Society (AWS): a. D1.1, Structural Welding Code - Steel. b. D1.2, Structural Welding Code -Aluminum. C. D1.6, Structural Welding Code - Stainless Steel. 8. ASTM International (ASTM): a. A36/A36M, Specification for Carbon Structural Steel. b. A53/A53M, Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless. C. A108, Specification for Steel Bars, Carbon, Cold-Finished, Standard Quality. d. A123/A123M, Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. e. A143, Practice for Safeguarding Against Embrittlement of Hot- Dip Galvanized Structural Steel Products and Procedure for Detecting Embrittlement. f. A153/A153M, Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. g. A193/A193M, Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service. h. AI94/AI94M, Specification for Carbon and Alloy Steel Nuts for Bolts for High-Pressure or High-Temperature Service, or Both. CVO/321068A NOVEMBER 7, 2005 05500 1 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT i. A240/A240M, Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels. j. A276, Specification for Stainless Steel Bars and Shapes. k. A278, Specification for Gray Iron Castings for Pressure- Containing Parts for Temperatures Up to 650 Degree. 1. A283/A283M, Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. in. A307, Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile. n. A325, Specification for Structural Bolts, Steel, Heat Treated 120/105 ksi Minimum Tensile Strength. o. A380, Practice for Cleaning, Descaling, and Passivation of Stainless Steel Parts,Equipment, and Systems. p. A384, Practice for Safeguarding Against Warpage and Distortion During Hot-Dip Galvanizing of Steel Assemblies. q. A385, Practice for Providing High-Quality Zinc Coatings (Hot- Dip). r. A489, Specification for Carbon Steel Lifting Eyes. S. A500, Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. t. A501, Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. U. A563, Specification for Carbon and Alloy Steel Nuts. V. A653, Specification for Steel Sheet, Zinc-Coated (Galvanized)or Zinc-Iron Alloy-Coated (Galvannealed)by the Hot-Dip Process. W. A780, Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. X. A786/A786M, Specification for Hot-Rolled Carbon, Low-Alloy, High-Strength Low-Alloy, and Alloy Steel Floor Plates. y. A793, Specification for Rolled Floor Plate, Stainless Steel. Z. A967, Specification for Chemical Passivation Treatments for Stainless Steel Parts. aa. A992/A992M, Specification for Steel for Structural Shapes for Use in Building Framing bb. B209, Specification for Aluminum and Aluminum-Alloy Sheet and Plate. cc. B308B308M, Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles. dd. B429, Specification for Aluminum-Alloy Extruded Structural Pipe and Tube. ee. 13632/13632M, Specification for Aluminum-Alloy Rolled Tread Plate. v� CVO/321068A NOVEMBER 7,2005 05500 2 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT ff. D 1056, Specification for Flexible Cellular Materials- Sponge or Expanded Rubber. gg. F436, Specification for Hardened Steel Washers. hh. F468, Specification for Nonferrous Bolts, Hex Cap Screws, and Studs for General Use. ii. F593, Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. J. F594, Specification for Stainless Steel Nuts. kk. F844, Specification for Washers, Steel, Plain(Flat),Unhardened for General Use. 11. F 1554, Specification for Anchor Bolts, Steel, 36, 55, and 105-ksi Yield Strength. 9. International Code Council(ICC): Evaluation Reports for Concrete and Masonry Anchors. 10. NSF International (NSF). 11. Occupational Safety and Health Administration(OSHA): a. 29 CFR 1910.27,Fixed Ladders. b. 29 CFR 1926.105, Safety Nets. C. 29 CFR 1926.502, Fall Protection Systems Criteria and Practices. 12. Specialty Steel Industry of North America(SSINA): a. Specifications for Stainless Steel. b. Design Guidelines for the Selection and Use of Stainless Steel. C. Stainless Steel Fabrication. d. Stainless Steel Fasteners. 1.02 DEFINITIONS A. Corrosive Area: Containment area or area exposed to delivery, storage, transfer, or use of chemicals. B. Exterior Area: Location not protected from the weather by a building or other enclosed structure. C. Interior Dry Area: Location inside building or structure where floor is not subject to liquid spills or washdown,nor where wall or roof slab is common to a water-holding or earth-retaining structure. D. Interior Wet Area: Location inside building or structure where floor is sloped to floor drains or gutters and is subject to liquid spills or washdown, or where wall, floor,or roof slab is common to a water-holding or earth-retaining structure. E. Submerged: Location at or below top of wall of open water-holding structure, such as a basin or channel, or wall,ceiling or floor surface inside a covered CVO/321068A NOVEMBER 7,2005 05500 3 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT water-holding structure, or exterior belowgrade wall or roof surface of water- holding structure, open or covered. 1.03 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Metal fabrications, including welding and fastener information. b. Specific instructions for concrete anchor installation,including drilled hole size,preparation,placement,procedures,and instructions for safe handling of anchoring systems. 2. Samples: Color samples of abrasive stair nosings. B. Informational Submittals: 1. Concrete and Masonry Drilled Anchors: a. Manufacturer's product description and installation procedures. b. Current test data or ICC Evaluation Report. C. Adhesive Anchor Installer Certification. 2. U-Channel Concrete Inserts: a. Manufacturer's product description. b. Allowable load tables. 3. Ladders: Certification of load and fatigue tests. 4. Passivation method for stainless steel members. 5. Hot-Dip Galvanizing: Certificate of compliance signed by galvanizer, with description of material processed and ASTM standard used for coating. 1.04 QUALITY ASSURANCE A. Qualifications: 1. Adhesive Anchor Installers: Trained and certified by manufacturer. 2. Galvanized Coating Applicator: Company specializing in hot-dip galvanizing after fabrication and following procedures of Quality Assurance Manual of the American Galvanizers Association. 1.05 DELIVERY, STORAGE,AND HANDLING A. Insofar as practical, factory assemble items specified herein. Assemblies that due to necessity have to be shipped unassembled shall be packaged and tagged in manner that will protect materials from damage and will facilitate identification and field assembly. CVO/321068A NOVEMBER 7,2005 05500 4 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Package stainless steel items in a manner to provide protection from carbon impregnation. C. Protect painted coatings and hot-dip galvanized finishes from damage due to metal banding and rough handling. Use padded slings and straps. D. Store fabricated items in dry area, not in direct contact with ground. PART 2 PRODUCTS 2.01 GENERAL A. Unless otherwise indicated,meet the following requirements: Item ASTM Reference Steel Shapes and Plates A36/A36M Steel Pipe A501 or A53/A53M,Type E or S, Grade B Structural Steel Tubing A500, Grade B Stainless Steel: Bars and Angles A276,AISI Type 316 Shapes A276, AISI Type 304 Steel Plate, Sheet, and Strip A240/A240M, AISI Type 316 Bolts,Threaded Rods, F593,AISI Type 316, Condition CW Anchor Bolts, and Anchor Studs Nuts F594, AISI Type 316, Condition CW Steel Bolts and Nuts: Carbon Steel A307 bolts,with A563 nuts High-Strength A325, Type 1 bolts,with A563 nuts Anchor Bolts and Rods F1554, Grade 55, with weldability supplement S 1. Eyebolts A489 Threaded Rods A36/A36M Flat Washers (Unhardened) F844 CVO/321068A NOVEMBER 7,2005 05500 5 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Item ASTM Reference Flat and Beveled Washers F436 (Hardened) Thrust Ties for Steel Pipe: Threaded Rods AI93/A193M, Grade B7 Nuts A 194/A 194M, Grade 2H Plate A283/A283M, Grade D Welded Anchor Studs A108, Grades C-1010 through C-1020 Aluminum Plates and Structural B209 and B308/B308M, Shapes Alloy 6061-T6 Aluminum Bolts and Nuts F468, Alloy 2024-T4 B. Bolts, Washers, and Nuts: Use stainless steel, hot-dip galvanized steel, zinc- plated steel, and aluminum material types as indicated in Fastener Schedule at end of this section. 2.02 ANCHOR BOLTS AND ANCHOR BOLT SLEEVES A. Cast-In-Place Anchor Bolts: 1. Headed type, unless otherwise shown on Drawings. 2. Material type and protective coating as shown in Fastener Schedule at end of this section. B. Anchor Bolt Sleeves: 1. Plastic: a. Single unit construction with corrugated sleeve. b. Top of sleeve shall be self-threading to provide adjustment of threaded anchor bolt projection. C. Material: High density polyethylene. d. Manufacturer: Sinco Products, Inc., Middletown, CT, (800) 243-6753. 2. Fabricated Steel: ASTM A36/A36M. 2.03 CONCRETE AND MASONRY DRILLED ANCHORS A. General: CVO/321068A NOVEMBER 7, 2005 05500 6 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Aakk 1. AISI Type 316 stainless,hot-dip galvanized, or zinc-plated steel, as shown in Fastener Schedule at end of this section. 2. Current evaluation and acceptance reports by ICC or other similar code organization. 3. Acceptable for use in potable water structures by EPA and local health agencies or NSF. B. Wedge Anchors: 1. Manufacturers and Products: a. ITW Ramset/Red Head, Wood Dale, IL; Trubolt Wedge Anchor. b. Hilti, Inc., Tulsa, OK;Kwik-Bolt II Stud Anchor. C. Powers Rawl,New Rochelle,NY; Power-Stud Anchor. d. Simpson Strong-Tie Co., Inc., Pleasanton, CA; Wedge-All Anchor. e. Wej-It Corp., Tulsa, OK; ANKRtite Wedge Anchor. f. U.S. Anchor, Pompano Beach, FL; Kingpin Wedge Anchor. g. Unitex, Kansas City, MO; Pro-Poxy 300 and Pro-Poxy 300 Fast Epoxy Adhesive Anchors. C. Expansion Anchors: 1. Self-drilling anchors, snap-off or flush type, zinc-plated. 2. Nondrilling Anchors: Flush type for use with zinc-plated or stainless steel bolt, or stud type with projecting threaded stud. 3. Manufacturers and Products: a. ITW Ramset/Red Head, Wood Dale, IL; Multi-Set II Drop-In and Self Drill Anchor. b. Hilti, Inc., Tulsa, OK; Hilti HDI Drop-In Anchor. C. Powers Rawl,New Rochelle,NY; Steel Drop-In Anchor. d. Simpson Strong-Tie Co., Inc., Pleasanton, CA; Drop-In Anchor. D. Undercut Anchors: 1. Manufacturers and Products: a. Covert Operations, Inc., Long Beach, CA; DUC Undercut Anchor. b. Hilti, Inc., Tulsa OK; HDA Undercut Anchor. E. Sleeve Anchors: I. Manufacturers and Products: a. ITW Ramset/Red Head, Wood Dale, IL; Dynabolt Hex Nut Sleeve Anchor. CVO/321068A NOVEMBER 7,2005 05500 7 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Powers Rawl,New Rochelle,NY; Hex Head Power-Bolt Anchor. C. Simpson Strong-Tie Co., Inc.,Pleasanton, CA; Sleeve-All Hex Head Anchor. d. Wej-It Corp., Tulsa, OK; Wej-It Sleeve Anchor. F. Adhesive Anchors: 1. Threaded Rod: a. ASTM F593 stainless steel threaded rod, diameter as shown on Drawings. b. Length as required,to provide minimum depth of embedment. C. Clean and free of grease, oil, or other deleterious material. d. For hollow-unit masonry,provide galvanized or stainless steel wire cloth screen tube to fit threaded rod. 2. Adhesive: a. Two-component, designed to be used in adverse freeze/thaw environments, with gray color after mixing. b. Cure Temperature, Pot Life, and Workability: Compatible for intended use and environmental conditions. C. Nonsag,with selected viscosity base on installation temperature and overhead application where applicable. 3. Packaging and Storage: a. Disposable, self-contained cartridge system capable of dispensing both components in the proper mixing ratio and fitting into a manually or pneumatically operated caulking gun. b. Store adhesive cartridges on pallets or shelving in covered storage area, in accordance with manufacturer's written instructions. C. Cartridge Markings: Include manufacturer's name,product name, material type,batch or serial number, and adhesive expiration date. d. Dispose of cartridges if shelf life has expired. 4. Manufacturers and Products: a. ITW Ramset/Red Head, Wood Dale, IL;Epcon Ceramic 6 Epoxy or A7 Adhesive Anchor System. (Use only Epcon A7 Adhesive System for hollow masonry.) b. Hilti,Inc., Tulsa, OK; HIT Doweling Anchor System, HIT HY 150 (HIT HY 20 for hollow masonry). C. Powers Rawl,New Rochelle,NY; Power Fast Epoxy Injection Gel Cartridge System. d. Simpson Strong-Tie Co., Inc., Pleasanton, CA; Epoxy-Tie Adhesive ET or Acrylic-Tie Adhesive. (Use only Acrylic-Tie Adhesive for temperatures below 40 degrees F.) CVO/321068A NOVEMBER 7, 2005 05500 8 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT e. Covert Operations, Inc., Long Beach, CA; CIA-Gel 7000 Epoxy Anchors. f. U.S. Anchor, Pompano Beach,FL; Ultrabond 1. g. Unitex, Kansas City, MO; Pro-Poxy 300 and Pro-Poxy 300 Fast Epoxy Adhesive Anchors. G. Adhesive Threaded Inserts: 1. Stainless steel, internally threaded insert. 2. Manufacturer and Product: Hilti,Inc.,Tulsa, OK;HIS-R Insert with HIT HY 150 adhesive. 2.04 WELDED ANCHOR STUDS A. Headed anchor studs(HAS) or threaded anchor studs (TAS), as indicated on Drawings. 1. Carbon Steel: ASTM A108, Standard Quality Grades 1010 through 1020, inclusive either semikilled or killed aluminum or silicon dioxidation, unless indicated otherwise. 2. Stainless Steel: ASTM F593, AISI Type 316, Condition CW, where indicated. B. Manufacturers: 1. Nelson Stud Welding, FabriSteel Co., Elyria, OH. 2. Stud Welding Associates, Inc., Elyria, OH. 2.05 STEEL SHELF ANGLES A. ASTM A36/A36M,hot-dip galvanize after fabrication in accordance with ASTM A123/A123M. 2.06 EMBEDDED STEEL SUPPORT FRAMES FOR FLOOR PLATE AND GRATING A. Steel angle support frames to be embedded in concrete shall be stainless steel, ASTM A276,AISI Type 316,unless indicated otherwise. B. Welded anchors for stainless steel support frames shall also be stainless steel. 2.07 FLOOR PLATE A. Material: CVO/321068A NOVEMBER 7, 2005 05500 9 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Galvanized Steel: Carbon steel, ASTM A786/A786M, commercial grade, hot-dip galvanized after fabrication in accordance with ASTM A123/A123M. 2. Stainless Steel: ASTM A793,AISI Type 304. 3. Aluminum: ASTM B632B632M,Alloy 6061-T6. B. Minimum Thickness: 1. Steel: 1/4 inch,unless shown otherwise on Drawings. 2. Aluminum: 3/8 inch,unless shown otherwise on Drawings. C. Surface shall be raised-lug pattern or diamond tread,unless shown otherwise on Drawings. D. Slip-Resistant Surface: 1. Provide where indicated on Drawings. 2. Manufacturers and Products: a. IKGBorden, Clark,NJ; MEBAC 2. b. W.S. Molnar Co., Detroit, MI; SLIPNOT Grade 2-Medium. 2.08 LADDERS A. Fabricate ladders with rails,rungs, landings, and cages to meet applicable requirements of OSHA, CFR Part 1910.27, and ANSI A 14.3. 1. Concentrated load of 250 pounds plus 30 percent impact on rungs. 2. Maximum rung deflection of 1/360. 3. Concentrated load of 250 pounds plus 30 percent impact between consecutive attachments. 4. Self-closing gates at landings. B. Flat Bar Ladders: 1. Punch rails,pass rungs through rails,and weld on outside. 2. Weld brackets to the ladder for fastening ladder to wall. 3. Hot-dip galvanize steel after fabrication in accordance with ASTM A123/A123M and ASTM A385. C. Aluminum Pre-Engineered Pipe Ladders: 1. Rungs: a. Aluminum extrusions of Alloy 6063-T6. b. Nonslip grip surface, 1-inch wide flat top,and semicircular bottom with mill finish. CVO/321068A NOVEMBER 7, 2005 05500 10 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Diamondback, finish to match rails, as manufactured by Alcoa Building Products,Inc., Sidney, OH. 2. Side Rails: ASTM B429, Alloy 6063-T6, 1-1/2 inches, Schedule 40 pipe with anodized finish,AA M32-C22-A41. 3. Fasteners for Ladder Attachments and Cage Assembly: Stainless steel. 4. Welded,pop riveted, or glued construction is not acceptable. 5. Fabricate to longest length as practical but not to exceed 24 feet. 6. Furnish support attachments to side rails at 6 feet maximum spacing. 7. Manufacturer: Thompson Fabricating Co. Inc., Tarrant, AL. D. Ladder Safety Post: 1. Telescoping tubular, spring balanced and automatically locking in raised position, with release lever for unlocking. 2. Post: Aluminum. 3. Spring Mechanism: Stainless steel. 4. Furnish dissimilar metal protective coatings at connections. 5. Manufacturer and Product: Bilco Co.,New Haven, CT; "Ladder Up"to fit ladder rungs. 2.09 MESH PARTITIONS A. Materials: Diamond mesh 1-1/2 inches,No. 10-gauge W&M wire; cold-rolled steel, I-inch channels. B. Composition: Galvanized diamond mesh wire set in galvanized steel channel frames. C. Size: As indicated on Drawings. D. Accessories: Hinged doors with 1-1/2 pair heavy-duty hinges and mortise type locks. Furnish bolts, hardware, and accessories for a complete installation. E. Manufacturers: 1. Wire and Iron Products, Inc.,Detroit, MI. 2. Acorn Wire and Iron Works, Inc. 2.10 ACCESSORIES A. Antiseizing Lubricant for Stainless Steel Threaded Connections: 1. Suitable for potable water supply. 2. Resists washout. 3. Manufacturers and Products: CVO/321068A NOVEMBER 7,2005 05500 11 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT a. Bostik, Middleton, MA; Neverseez. b. Saf-T-Eze Div., STL Corp., Lombard, IL; Anti-Seize. 2.11 FABRICATION A. General: 1. Finish exposed surfaces smooth, sharp, and to well-defined lines. 2. Furnish necessary rabbets, lugs, and brackets so work can be assembled in neat, substantial manner. 3. Conceal fastenings where practical; where exposed, flush countersink. 4. Drill metalwork and countersink holes as required for attaching hardware or other materials. 5. Grind cut edges smooth and straight. Round sharp edges to small uniform radius. Grind burrs,jagged edges, and surface defects smooth. 6. Fit and assemble in largest practical sections for delivery to Site. B. Materials: 1. Use steel shapes, unless otherwise noted. 2. Steel to be hot-dip galvanized: Limit silicon content to less than 0.04 percent or to between 0.15 and 0.25 percent. 3. Fabricate aluminum in accordance with AA Specifications for Aluminum Structures—Allowable Stress Design. C. Welding: 1. Weld connections and grind exposed welds smooth. When required to be watertight, make welds continuous. 2. Welded fabrications shall be free from twisting or distortion caused by improper welding techniques. 3. Steel: Meet fabrication requirements of AWS D 1.1, Section 5. 4. Aluminum: Meet requirements of AWS D1.2. 5. Stainless Steel: Meet requirements of AWS D 1.6. Stainless steel to be welded shall be AISI Type 316L or 304L as specified hereinbefore. 6. Welded Anchor Studs: Prepare surface to be welded and weld with stud welding gun in accordance with AWS D1.1, Section 7, and manufacturer's instructions. 7. Complete welding before applying finish. D. Painting: 1. Shop prime with rust-inhibitive primer as specified in Section 09900, Painting and Protective Coatings, unless otherwise indicated. CVO/321068A NOVEMBER 7, 2005 05500 12 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Coat surfaces of galvanized steel and aluminum fabricated items to be in direct contact with concrete, grout, masonry, or dissimilar metals, as specified in Section 09900, Painting and Protective Coatings, unless indicated otherwise. 3. Do not apply protective coating to galvanized steel anchor bolts or galvanized steel welded anchor studs, unless indicated otherwise. E. Galvanizing: 1. Fabricate steel to be galvanized in accordance with ASTM A143, ASTM A384, and ASTM A385. Avoid fabrication techniques that could cause distortion or embrittlement of the steel. 2. Provide venting and drain holes for tubular members and fabricated assemblies in accordance with ASTM A385. 3. Remove welding slag, splatter, burrs, grease, oil, paint, lacquer, and other deleterious material prior to delivery for galvanizing. 4. Remove by blast cleaning or other methods surface contaminants and coatings not removable by normal chemical cleaning process in the galvanizing operation. 5. Hot-dip galvanize steel members, fabrications, and assemblies after fabrication in accordance with ASTM A123/A123M. 6. Hot-dip galvanize bolts, nuts, washers, and hardware components in accordance with ASTM A153/A153M. Oversize holes to allow for zinc alloy growth. Shop assemble bolts and nuts. 7. Galvanized steel sheets in accordance with ASTM A653. 8. Galvanize components of bolted assemblies separately before assembly. Galvanizing of tapped holes is not required. F. Fitting: Where movement of fabrications is required or shown, cut, fit, and align items for smooth operation. Make corners square and opposite sides parallel. G. Accessories: Furnish as required for a complete installation. Fasten by welding or with stainless steel bolts or screws. 2.12 SOURCE QUALITY CONTROL A. Visually inspect all fabrication welds and correct any deficiencies. 1. Steel: AWS D1.1, Section 6 and Table 6.1, Visual Inspection Acceptance Criteria. 2. Aluminum: AWS D1.2. 3. Stainless Steel: AWS 131.6. CVO/321068A NOVEMBER 7, 2005 05500 13 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Hot-Dip Galvanizing: 1. An independent testing agency will be retained by Owner to inspect and test hot-dip galvanized fabricated items in accordance with ASTM A123/A153M and ASTM A153/A153M. 2. Visually inspect and test for thickness and adhesion of zinc coating for minimum of three test samples from each lot in accordance with ASTM A123/A123M and ASTM A153/A153M. 3. Reject and retest nonconforming articles in accordance with ASTM A123/A123M and ASTM A153/A153M. PART 3 EXECUTION 3.01 INSTALLATION OF METAL FABRICATIONS A. General: 1. Install metal fabrications plumb or level, accurately fitted, free from distortion or defects. 2. Install rigid, substantial, and neat in appearance. 3. Install manufactured products in accordance with manufacturer's recommendations. 4. Obtain Engineer approval prior to field cutting steel members or making adjustments not scheduled. B. Aluminum: 1. Do not remove mill markings from concealed surfaces. 2. Remove inked or painted identification marks on exposed surfaces not otherwise coated after installed material has been inspected and approved. 3. Fabrication, mechanical connections, and welded construction shall be in accordance with the AA Aluminum Design Manual. C. Steel Shelf Angles: Provide as required for support of grating and other construction not attached to structural steel framing, unless otherwise shown on Drawings. 3.02 CAST-IN-PLACE ANCHOR BOLTS A. Accurately locate and hold anchor bolts in place with templates at the time concrete is placed. B. Use anchor bolt sleeves for location adjustment and provide two nuts and one washer per bolt of same material as bolt. CVO/321068A NOVEMBER 7, 2005 05500 14 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Minimum Bolt Size: 1/2-inch diameter by 12 inches long, unless otherwise shown. 3.03 CONCRETE AND MASONRY DRILLED ANCHORS A. Begin installation only after concrete or masonry to receive anchors has attained design strength. B. Install in accordance with manufacturer's instructions. C. Provide minimum embedment, edge distance, and spacing as follows, unless indicated otherwise by anchor manufacturer's instructions or shown otherwise on Drawings: Anchor Min. Embedment Min. Edge Distance Min. Spacing Type (bolt diameters) (bolt diameters) (bolt diameters) Wedge 9 6 12 Expansion 4 6 12 and Sleeve Undercut 9 12 16 Adhesive 9 9 13.5 D. Use only drill type and bit type and diameter recommended by anchor manufacturer. Clean hole of debris and dust with brush and compressed air. E. For undercut anchors, use special undercutting drill bit and rotary hammer drill and apply final torque as recommended by anchor manufacturer. F. When embedded steel or rebar is encountered in the drill path, slant drill to clear obstruction. If drill must be slanted more than 10 degrees to clear obstruction, notify Engineer for direction on how to proceed. G. Adhesive Anchors: 1. Do not install adhesive anchors when temperature of concrete is below 40 degrees F (25 degrees F for Simpson Strong-Tie Acrylic-Tie Adhesive) or above 100 degrees F. 2. Remove any standing water from hole with oil-free compressed air. Inside surface of hole shall be dry where required by manufacturer's instructions. CVO/321068A NOVEMBER 7, 2005 05500 15 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. For hollow-unit masonry, install screen tube in accordance with manufacturer's instructions. 4. Do not disturb anchor during recommended curing time. 5. Do not exceed maximum torque as specified in manufacturer's instructions. 3.04 ELECTROLYTIC PROTECTION A. Aluminum: 1. Coat surfaces of aluminum fabricated items to be in direct contact with concrete, grout,masonry, or dissimilar metals, as specified in Section 09900, Painting and Protective Coatings, unless indicated otherwise. 2. Do not apply protective coating to galvanized steel anchor bolts or galvanized steel welded anchor studs, unless indicated otherwise. 3. Allow coating to dry before installation of the material. 4. Protect coated surfaces during installation. 5. Should coating become marred, prepare and touch up in accordance with paint manufacturer's written instructions. B. Stainless Steel: 1. During handling and installation,take necessary precautions to prevent carbon impregnation of stainless steel members. 2. After installation, visually inspect stainless steel surfaces for evidence of iron rust, oil,paint, and other forms of contamination. 3. Remove contamination in accordance with requirements of ASTM A380 and ASTM A967. 4. Brushes used to remove foreign substances shall utilize only stainless steel or nonmetallic bristles. 5. After treatment,visually inspect surfaces for compliance. 3.05 PAINTING AND REPAIR OF GALVANIZED STEEL A. Painted Galvanized Surfaces: Prepare as specified in Section 09900, Painting and Protective Coatings. B. Repair of Damaged Hot-Dip Galvanized Coating: 1. Conform to ASTM A780. 2. For minor repairs at abraded areas, use sprayed zinc conforming to ASTM A780. CVO/321068A NOVEMBER 7, 2005 05500 16 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. For flame cut or welded areas, use zinc-based solder, or zinc sticks, conforming to ASTM A780. 4. Use magnetic gauge to determine that thickness is equal to or greater than the base galvanized coating. 3.06 FIELD QUALITY CONTROL A. Welded Anchor Studs: 1. At start of each production period, Contractor shall perform the following test to determine proper generator, control unit, and stud welding gun settings, in accordance with AWS D1.1, Chapter 7: a. Weld two test studs and visually inspect for full 360-degree flash. b. Bend test studs 30 degrees from vertical for headed anchor studs (HAS). Torque test threaded anchor studs (TAS) studs per AWS DLI, Section 7.6.6.2. C. Test studs will be acceptable if there is no failure of welds. d. If weld fails, repeat test until two consecutive test studs test to be satisfactory. 2. During production, if visual inspection reveals that weld does not exhibit full 360-degree flash or that stud has been repaired by welding, Contractor shall perform the following test in accordance with A WS D 1.1, Chapter 7: a. For HAS studs, bend stud approximately 15 degrees from vertical, away from missing portion of flash. For TAS studs, torque test per AWS D1.1, Section 7.6.6.2. b. Studs meeting this test without exhibiting cracks in weld will be considered acceptable and left in bent position. C. Replace studs failing test. 3. Special inspection will be provided by Owner where indicated on Drawings. B. Concrete and Masonry Drilled Anchors: Special inspection and testing will be provided by Owner where indicated on Drawings. 3.07 MANUFACTURER'S SERVICES A. Adhesive Anchors: Conduct site training of installation personnel for proper installation,handling, and storage of adhesive anchor system.Notify Engineer of time and place for sessions. CVO/321068A NOVEMBER 7, 2005 05500 17 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.08 FASTENER SCHEDULE A. Unless indicated otherwise on the Drawings,provide fasteners as follows: Service Use and Location Product Remarks 1. Anchor Bolts Cast Into Concrete for Structural Steel, Metal Fabrications and Castings Exterior and Stainless steel Interior Wet Areas headed anchor bolts. Submerged and Stainless steel See Section 09900, Painting Corrosive Areas headed anchor bolts and Protective Coatings with fusion bonded coating 2. Anchor Bolts Cast Into Concrete for Equipment Bases Submerged, Stainless steel See Section 09900, Painting Exterior, Interior headed anchor bolts and Protective Coatings Wet, and with fusion bonded Corrosive Areas coating, unless otherwise specified with equipment 3. Drilled Anchors for Metal Components to Cast-in-Place Concrete (e.g., Ladders, Handrail Posts, Electrical Panels, and Equipment) Submerged, Adhesive stainless Use stainless steel undercut Exterior, Interior steel anchors anchors for overhead and Wet, and ceiling installations. Corrosive Areas 4. Connections for Structural Steel Framing Exterior and High-strength steel Use hot-dipped galvanized Interior Wet and bolted connections high-strength bolted Dry Areas connections for galvanized steel framing members 5. Connections for Steel Fabrications Exterior and Hot-dip galvanized Interior Wet and carbon steel bolted Dry Areas connections CVO/321068A NOVEMBER 7, 2005 05500 18 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Service Use and Location Product Remarks 6. Connections of Aluminum Components Submerged, Stainless steel Exterior and bolted connections, Interior Wet and unless otherwise Dry Areas specified with equipment 7. All Others Exterior and Stainless steel Interior Wet and fasteners Dry Areas B. Antiseizing Lubricant: Use on all stainless steel threads. C. Do not use adhesive anchors to support fire-resistive construction or where ambient temperature will exceed 120 degrees F. END OF SECTION CVO/321068A NOVEMBER 7,2005 05500 19 METAL FABRICATIONS AND CASTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 05520 HANDRAILS PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. Aluminum Association, Incorporated (AA): 45, Designation System for Aluminum Finishes. 2. American Iron and Steel Institute (AISI): SS306, Stainless Steel for Building Exteriors. 3. ASTM International (ASTM): a. A36/A36M, Standard Specification for Structural Steel. b. A53/A53M, Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless. C. A123/A123M, Standard Specification for Zinc (Hot-Galvanized) Coatings on Iron and Steel Products. d. A167, Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. e. A193/A193M, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service. f. A194/A194M, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High-Pressure or High-Temperature Service, or Both. g. E985, Standard Specification for Permanent Metal Railing Systems and Rails for Buildings. 4. International Code Council (ICC): International Building Code (IBC). 5. Occupational Safety and Health Act(OSHA): 29 CFR 1910, Code of Federal Regulations. 1.02 DEFINITIONS A. Handrails: Synonymous with terms; i.e., guardrail system, railing system, ramp-rail system, and stair-rail system. Handrails are comprised of a framework of vertical,horizontal, or inclined members, grillwork or panels, accessories, or combination thereof. B. Toeboards: Vertical barrier at floor level usually erected on handrails along exposed edges of floor or wall openings,platforms, ramps, or stairs to prevent miscellaneous items from falling through. C. ICC Reports: Published by ICC for concrete anchor manufacturers. CVO/321068A NOVEMBER 7, 2005 05520 1 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Special Inspection: As governed by the ICC IBC. 1.03 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Indicate handrail profiles, sizes, connections, anchorage, size and type of fasteners, and accessories. Project-specific scale plans and elevations of handrails. b. Manufacturer's literature and catalog data of handrail and components. C. Design Data: Calculations or test data using design performance loads and include the following: 1) Bending stress in, and deflection of,posts in accordance with ASTM E985. 2) Stress in post base connection. 3) Calculation of anchorage forces and comparison of these forces to ICC International Building Code recommendations regarding safe allowable design loads of anchorages. 4) For concrete anchor spacings less than 12 anchor diameters and edge distances less than six anchor diameters, make reduction in allowable pullout and shear values. Use published ICC Report values for anchors without Special Inspection; or provide independent laboratory inspection service for ICC Report values with Special Inspection. 2. Samples: a. Railing sections, 6 inches long showing different connections and proposed finish. b. Each fitting including wall brackets, castings,toeboard fittings, and rail expansion joints. B. Informational Submittals: 1. Manufacturer's assembly and installation instructions. 2. Special Inspection: a. Manufacturer's instructions for Special Inspection of concrete anchors. b. Special Inspection report in accordance with Article Tests and Inspections. 3. Manufacturer's Certificate of Proper Installation in accordance with Section 01640, Manufacturers' Services. 4. Manufacturer's written recommendations describing procedures for maintaining handrails including cleaning materials, application methods, and precautions to be taken in the use of cleaning materials. CVO/321068A NOVEMBER 7, 2005 05520 2 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Test Reports: Test data may supplement load calculations providing data covers the complete handrail system, including anchorage: a. Test data for handrail and components showing load and deflection due to load, in enough detail to prove handrail is strong enough and satisfies national, state, local standards,regulations, code requirements, and OSHA 29 CFR 1910,using design loads specified. Include test data for the following: 1) Railing and post connections. 2) Railing wall connections. 3) Post and base connections. 4) Railing expansion joint connections. 5) Railing gate assembly, including latch and gate stop. Both gate latch and stop to support required loads applied, independent of each other. 6) Railing gate hinges. b. Deflection Criteria: In accordance with ASTM E985 and design loads specified. C. Aluminum Rail Piping: Test data showing yield strength of pipe as-delivered equals or exceeds values specified in this Section. d. Concrete Anchors: Calculations and test data for review prior to use,on anchors other than those specified. ANN. 1.04 QUALITY ASSURANCE A. Qualifications: Calculations required for design data stamped by a registered engineer licensed in the state where the Project will be constructed. 1.05 DELIVERY, STORAGE,AND HANDLING A. Handrails adequately packaged and wrapped to prevent scratching and denting during shipment, storage, and installation. Maintain protective wrapping until railing is completely installed. B. Aluminum Handrails: 1. Shop assemble into practical modules of lengths not exceeding 24 feet for shipment. 2. Deliver toeboards loose for field assembly. 3. Deliver clear anodized handrail pipe and posts with protective plastic wrap. 1.06 ENVIRONMENTAL REQUIREMENTS A. Thermal Movements:Allow for thermal movement resulting from the following maximum range in ambient temperature in design, fabrication, and CVO/321068A NOVEMBER 7,2005 05520 3 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT installation of handrails to prevent buckling, opening up of joints, over stressing of components, connections and other detrimental effects. Base design calculation on actual surface temperatures of materials due to both solar heat gain and night time sky heat loss. Temperature change is difference between high or low temperature and installation temperature. 1. Temperature Change Range: 70 degrees F, ambient; 100 degrees F, material surfaces. PART 2 PRODUCTS 2.01 DESIGN PERFORMANCE A. Structural Performance of Handrails: Design,test, fabricate, and install handrails to withstand the following structural loads without exceeding allowable design working stress or allowable deflection. Apply each load to produce maximum stress and deflection in each of the respective components comprising handrails. 1. Top Rail of Handrails: Capable of withstanding the following load cases applied: a. Concentrated load of 200 pounds applied at any point and in any direction in accordance with ICC IBC. b. Uniform load of 50 pounds per lineal foot applied in any direction in accordance with ICC IBC. C. Concentrated load need not be assumed to act concurrently with uniform loads in accordance with ICC IBC. 2. In-Fill Area of Railing Systems: a. Capable of withstanding a horizontal concentrated load of 200 pounds applied to 1 square foot at any point in the system including panels, intermediate rails,balusters, or other elements composing the in-fill area. b. Horizontal concentrated load need not be assumed to act concurrently with loads on top rails of handrails. 3. Mid-rails with corner returns to withstand a 300 pound concentrated vertical load applied at any point or direction without damage and loosening of pipe, fittings, or attachment hardware. 4. Concrete Anchors for Handrail Wall Brackets: Anchors with a strength required by calculations with concrete strength assumed at 4,000 psi and not exceeding ICC IBC allowable loads for actual spacing, edge distance, and embedment. 5. Concrete Anchors: In accordance with ICC IBC allowable load values for size, length,embedment, spacing,and edge distance to match required loads shown in calculations. CVO/321068A NOVEMBER 7, 2005 05520 4 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.02 ALUMINUM HANDRAILS A. General: 1. Furnish pre-engineered and prefabricated three rail handrails. 2. Pop rivets and glued railing construction not permitted. B. Manufacturers: 1. Thompson Fabricating Co.,Birmingham,AL. 2. Moultrie Manufacturing, Moultrie, GA; Wesrail II. C. Rails, Posts, and Formed Elbows: Extruded Alloy 6105-T5 or 6061-T6, minimum tensile strength of 38,000 psi and minimum yield strength of 35,000 psi. 1. Miscellaneous Aluminum Parts: 6063-T6 or 6061-T6 extruded aluminum of adequate strength for all loads. 2. Post and Railing:Nominal 1-1/2 inch diameter. a. Rails: 1.900-inch outside diameter by 0.145-inch wall thickness, Schedule 40. b. Posts: 1.900-inch outside diameter by 0.200-inch wall thickness, Schedule 80. C. Solid dowel interconnectors of 6105-T5 or 6061-T6 aluminum. D. Fittings: 1. Handrail and Post Fittings: Extruded, machined bar stock,permanent mold castings, or die castings of sufficient strength to meet load requirements. Fittings shall.match color of pipe in handrails. Sand cast parts not permitted. 2. Concrete Top Mount Post Base: a. Four holes in base for concrete anchors. For narrow walls or curbs, furnish two holes in base for concrete anchors with required edge distance. b. Manufacturers and Products: 1) Thompson Fabricating Co.; Part No. TBF-3.4 and Part No. TBF-3.2 for narrow walls and curbs. 2) Moultrie Manufacturing Co.; Part No. WII4HB and WII2HB for narrow walls and curbs 3. Concrete Side Mounted Handrail Bracket: Extruded aluminum, Alloy 6063-T6 with four holes for bolts or concrete anchors. a. Manufacturers and Products: 1) Thompson Fabricating Co.;Part No. TSM-1.5. 2) Moultrie Manufacturing Co.; Part No. WIISMB. CVO/321068A NOVEMBER 7, 2005 05520 5 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT .r..b 4. Concrete Anchors for Securing Bases and Brackets to Concrete: Type 304 or Type 316 stainless steel 1/2-inch concrete anchors. 5. Handrail Connections for Metal Stairway Stringers: a. Extruded aluminum bracket,Alloy 6063-T6. b. Brackets bolts 1/2-inch diameter Type 304 or Type 316 stainless steel bolts. C. Offset Adjustable Stair Fitting: 1) Thompson Fabricating Co.; Part No.ASF of cast Al-mag. 2) Moultrie Manufacturing Co.; Standard and custom elbow angles,Part No. W51 XXX(numbers vary based on angle). d. Additional Offset Adjustable Fitting for Picket Railing System: Thompson Fabricating Co.; Part No. APF of cast Al-mag. e. Base connection: 1) Manufacturers and Products: a) Thompson Fabricating Co.; Part Nos. SMB-2 or SMB-3,ASF,APF. b) Moultrie Manufacturing Co.; Part No. WIISMBEXT. 6. Handrail Connections for Metal Beams: a. Extruded aluminum bracket,Alloy 6063-T6. b. Bracket bolts 1/2-inch diameter Type 304 stainless steel bolts. C. Manufacturers and Products: 1) Thompson Fabricating Co.; Part Nos. SMB-2 or SMB-3. Use Part No. TSM-1.5 if bracket is attached to flat side of channel. 2) Moultrie Manufacturing Co.; Part No. WIISMBEXT. Use Part No. WIISMB if bracket is attached to flat side of channel. 7. Handrail Wall Brackets: Adjustable wall fitting,with provision for three 3/8-inch Type 304 stainless steel bolts or concrete anchors. a. Manufacturers and Products: 1) Thompson Fabricating Co.; Part No.AWF cast Al-mag aluminum bracket. 2) Moultrie Manufacturing Co.; Part No. W41100. 8. Miscellaneous Rail to Post Fittings: a. Aluminum Tee Fittings: 1) Manufacturers and Products: a) Thompson Fabricating Co.; Part Nos. TF-1 and TX-1. b) Moultrie Manufacturing Co.; Part Nos. WIIT40, WIIT40/05, WIIT80,and WIIT80/05 b. Aluminum Ell Fittings: I) Manufacturers and Products: a) Thompson Fabricating Co.; Part Nos. TE-1, TE-2, and TE-3. b) Moultrie Manufacturing Co.; Part No. 51900. " CVO/321068A NOVEMBER 7, 2005 05520 6 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT ^ C. Aluminum Splice Lock: 1) Manufacturers and Products: a) Thompson Fabricating Co.; Part No. SL-1. b) Moultrie Manufacturing Co.; Part No. WIIS40 d. Aluminum Expansion Joint Splice: 1) Manufacturers and Products: a) Thompson Fabricating Co.; Part No. ES-1. b) Moultrie Manufacturing Co.; Part No. WII40, omit set screws on one side. e. Formed Aluminum Wall Flange: 1) Manufacturers and Products: a) Thompson Fabricating Co.; Part No. CF-2. b) Moultrie Manufacturing Co.; Part No. 41250. 9. Handrail Gate: 6063-T6, 6105-T5, or 6061-T6 extruded aluminum. a. Hardware Manufacturers and Products: 1) Julius Blum& Co., Inc., Carlstadt,NJ; No. 782/3 gate hinges with springs, and No. 784 gate latch and stop. 2) CraneVeyor Corp., South El Monte, CA; No. C4370b gate hinges with spring,No. C4369 gate latch, and No. C4368 gate stop. 3) Thompson Fabricating Co., Birmingham, AL. ^ 4) Moultrie Manufacturing Co., Moultrie, GA; Part No. W60006 10. Toeboards and Accessories: a. Material: Molded or extruded 6063 or 6061 aluminum. b. Manufacturers: 1) Thompson Fabricating Co. 2) Moultrie Manufacturing Co.; Part No. WIIKP20. 11. Castings for Handrails: a. Cast Al-mag with sufficient strength to meet load and test requirements. b. Anodizable grade finish with excellent resistance to corrosion when subject to exposure of sodium chloride solution intermittent spray and immersion. E. Concrete Embedded Metal Anchorages: In accordance with Section 05500, Metal Fabrications and Castings. F. Finishes: 1. Handrail Pipe and Post: In accordance with AA 45, designation AA-M32-C22-A41. 2. Cast Fittings and Toeboards: In accordance with AA 45, designation AA-MIO-C22-A41. CVO/321068A NOVEMBER 7, 2005 05520 7 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.03 GALVANIZED STEEL HANDRAILS A. Pipe: Hot-dip galvanized carbon steel, ASTM A53/A53M, Type E or S, Grade B; or ASTM A501, 1-1/2-inch NPS with 1.900-inch outside diameter and a minimum 0.145-inch wall thickness for rails and a minimum of 0.200-inch wall thickness for posts. B. Fittings: 1. Anchor Bolts and Fasteners: Stainless steel. 2. Handrail Post Bolted Baseplate Connector: Baseplate, carbon steel ASTM A36/A36M. a. Insert: Minimum wall thickness of 0.200 inch or from solid rod in accordance with ASTM A36/A36M. 3. Handrail Wall Brackets: Malleable iron, round top, and galvanized. a. Manufacturers and Products: 1) R& B Wagner;No. 1765. 2) Julius Blum; No. 1382. 4. Handrail Gate: As specified for galvanized steel piping. a. Gate Hardware Manufacturers and Products: Type 304 stainless steel: 1) Julius Blum & Co., Inc., Carlstadt,NJ; Connectorail System, No. 782/3 gate hinges with spring, and No. 784 gate latch and stop. 2) Craneveyor Corp., South El Monte, CA;No. C4370b gate hinges with spring,No. C4369 gate latch, and No. C4368 gate stop. 5. Toeboards and Accessories: a. ASTM A36/A36M steel. b. Fasteners: Stainless steel. C. Concrete Embedded Metal Anchorages: In accordance with Section 05500, Metal Fabrication and Castings. D. Fasteners: Stainless steel. 2.04 ANCHOR BOLTS, FASTENERS, AND CONCRETE ANCHORS A. Locknuts, Washers, and Screws: 1. Elastic Locknuts, Steel Flat Washers, RHMS Round Head Machine Screws: Type A 304 or Type A 316 stainless steel. 2. Flat Washers: Molded nylon. 3. Manufacturer: McMaster-Carr Supply Co., Los Angeles, CA. CVO/321068A NOVEMBER 7, 2005 05520 8 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Bolts and Nuts for Bolting Handrail to Metal Beams: ASTM AI93/AI93M and ASTM A 194/A 194M, Type A 316 stainless steel with minimum yield strength for bolts of 95,000 psi, unless otherwise shown. C. Concrete Anchors: 1. Stainless steel Type 304 or Type 316. 2. Use ICC IBC approved service load allowable values for size, length, embedment, spacing, and edge distance to match required loads shown in calculations. D. Epoxy Anchors: Heavy-duty 1/2-inch diameter, for exterior use only in accordance with Section 05500, Metal Fabrications and Castings, as an alternative to mechanical concrete anchors. Design and provide the number required. Do not use where fire or elevated temperatures above 110 degrees F exist. 2.05 FABRICATION OF ALUMINUM HANDRAILS A. Shop Assembly: 1. Post Spacing: Maximum 6-foot horizontal spacing. 2. Railing Posts Bolted to Metal or Concrete: a. In lieu of field cutting, provide approved fitting with sufficient post overlap,containing provisions for vertical adjustment. b. Field fit-up is required. 3. Free of burrs, nicks, and sharp edges when fabrication is complete. 4. Welding is not permitted. B. Shop/Factory Finishing: 1. Use same alloy for uniform appearance throughout fabrication for railings. 2. Handrail and Post Fittings: Match fittings with color of pipe in handrail. 3. Sand cast parts not permitted. C. Tolerances: 1. Shop assemble rails,posts, and formed elbows with a close tolerance for tight fit. 2. Fit dowels tightly inside posts. 2.06 FABRICATION OF GALVANIZED STEEL HANDRAILS A. Shop Assembly: CVO/321068A NOVEMBER 7, 2005 05520 9 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Alternate Post to Baseplate Connection: a. Field measure elevation of concrete at each post location and determine exact post length so baseplate is on concrete surface without shims or grout. Rails shall be in straight alignment when all rails to posts and posts to baseplates are welded. b. Grind welds prior to hot-dip galvanizing of railing sections. 2. Handrail Post Bolted to Metal or Concrete: a. Field fit-up is required. b. Field measure and weld post to baseplate as an alternative to field cutting. 3. Remove burrs from cut edges. 4. Form elbow bends and wall returns to uniform radius, free from buckles and twists,with finished surfaces smooth. 5. Cover exposed ends of steel pipe by welding 3/16-inch thick steel plate in place or use prefabricated fittings. 6. Welding: a. Thoroughly fuse without undercutting or overlap. b. Remove splatter, grind exposed welds to blend,and contour surfaces to match those adjacent. 7. Furnish explosion prevention holes at closed ends of pipes. 8. Form and assemble joints exposed to weather to prevent water and moisture from penetrating. B. Shop/Factory Finishing: Hot-dip galvanize all components in accordance with ASTM A123/A123M after fabrication. C. Tolerances: 1. Cut pipe square within 2 degrees and to lengths within 1/8 inch. 2. Welding: Miter and cope intersections of posts and rails within 2 degrees, fit to within 0.020 inch, and perform continuous welds around joints. 3. Repair of Defective Work: Remove stains and replace defective Work. PART 3 EXECUTION 3.01 GENERAL A. Provide railing posts longer than needed and field cut to exact dimensions required in order to satisfy vertical variations on the actual structure. Install railing with a base that provides plus or minus 1/4-inch vertical adjustment inside the base fitting. If adjustment is required in the field and exceeds plus or minus 1/4-inch,reduce post length not to exceed beyond bottom of lowest set-screw or bolt in base fitting. .� CVO/321068A NOVEMBER 7, 2005 05520 10 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Field fabrication of aluminum railing systems not permitted. C. Modification to structure not permitted where handrail is attached. 3.02 HANDRAIL INSTALLATION A. Assembly and Installation: Perform in accordance with manufacturer's written recommendations for installation. B. Protection from Entrapped Water: 1. Make provisions in exterior and interior installations subject to high humidity to drain water from railing system. 2. Posts mounted in concrete, bends and elbows occurring at low points, drill weep holes of 1/4-inch diameter at lowest possible elevations, one hole per post or rail. Drill hole in the plane of the rail. C. Expansion Joints: 1. Maximum intervals of 54 feet on center and at structural joints. 2. Slip joint with internal sleeve extending 2 inches beyond each side of joint. Provide 1/2-inch slip joint gap to allow for expansion. Amok, 3. Fasten to one side using 3/8-inch diameter set-screw. Place set-screw at bottom of pipe. 4. Locate joints within 12 inches of posts. Locate expansion joints in rails that span expansion joints in structural walls and floors supporting the posts. D. Setting Posts: 1. Embedded: a. Clean dust and foreign matter from sleeves or blockouts. b. Moisten interior of hole and surrounding surface with clean water. Fill hole with nonshrink grout prior to installing post. C. Brace railing until grout sets. d. Posts installed outside and exposed to freezing temperatures, drill weep hole through post approximately 1/2 inch above level of grout inside post and in plane of rail to prevent entrapment and freezing of water inside post. 2. Surface Mounted: a. Bolt post baseplate connectors firmly in place. b. Shims,wedges, grout, and similar deviceiREMBER7, 2005 alignment not permitted.E. Posts and Rails:CVO/321068A 05520 11 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Set posts plumb and aligned to within 1/8 inch in 12 feet. 2. Set rails horizontal or parallel to slope of steps to within 1/8 inch in 12 feet. 3. Install posts and rails in same plane. Remove projections or irregularities and provide a smooth surface for sliding hands continuously along top rail. Use offset rail for use on stairs and platforms if post is attached to web of stringers or structural platform supports. 4. Support 1-1/2-inch rails directly above stairway stringers with offset fittings. F. Handrail Wall Brackets: 1. Support wall rails on brackets spaced maximum 6 feet on centers for steel and 5 feet for aluminum as measured on the horizontal projection. 2. Install wall anchor backplates on solid blocking in stud walls. G. Toeboard: 1. Provide at all handrails except where 4-inch or higher concrete curbs are installed or at gates. 2. Accurately measure in field for correct length, after handrail post installation, cut and secure to posts. 3. Dimension between bottom of toeboard and walking surface not to exceed 1/4 inch. 4. Aluminum Toeboards: Provide expansion and contraction connections between each post. 5. Steel Toeboards: Between each post cut toeboard and provide slotted holes for expansion and contraction. H. Railing Gate: Install in accordance with manufacturer's installation instructions. 3.03 FIELD FINISHING A. Corrosion Protection: Prevent galvanic action and other forms of corrosion caused from direct contact with concrete and dissimilar metals by coating metal surfaces as specified in Section 09900,Painting and Protective Coatings. 1. Treatment of Field Welds for Galvanized Steel Railings: Touch up --. welds by application of two coats high-zinc dust content paint to dry film thickness of 2 mils. ..r{' l1 .4� x CVO/321068A NOVEMBER 7, 2005 05520 12 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.04 TESTS AND INSPECTIONS A. Perform Special Inspection for anchors where ICC Reports require them for anchor strength value used. B. Provide an independent test laboratory to perform Special Inspection. 3.05 CLEANING A. Wash railing system thoroughly using clean water and soap. Rinse with clean water. B. Do not use acid solution, steel wool, or other harsh abrasive. C. If stain remains after washing, restore in accordance with manufacturer's recommendations, or replace stained handrails. END OF SECTION CVO/321068A NOVEMBER 7, 2005 05520 13 HANDRAILS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 05530 METAL GRATING PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): a. A36, Standard Specification for Structural Steel. b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. C. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. d. A167, Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. e. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature Service. f. A 194, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High-Pressure and High-Temperature Service. g. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. h. A525, Standard Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process. i. A569/A569M, Standard Specification for Steel, Carbon(0.15 Maximum Percent), Hot-Rolled Sheet and Strip Commercial Quality. j. B221, Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes. k. F844, Standard Specification for Washers, Steel, Plain(Flat), Unhardened for General Use. 2. National Association of Architectural Metal Manufacturers (NAAMM): a. ANSI MBG 531,Metal Bar Grating Manual. b. ANSI MBG 532, Heavy-Duty Metal Bar Grating Manual. 1.02 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Grating: Show dimensions, weight, and size, and location of connections to adjacent grating, supports, and other Work. CVO/321068A NOVEMBER 7, 2005 05530 1 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT .-� b. Grating Anchorage: Show structural calculations and details of anchorage to supports to prevent displacement from traffic impact. C. Grating Supports: Show dimensions, weight, size, location, and anchorage to supporting structure. d. Catalog information and catalog cuts. e. Manufacturer's specifications,to include coatings. 2. Samples: Two Samples of swaged aluminum grating approximately 4 by 8 inches, showing at least four crossbars each and four bearing bars each. One Sample will be retained at the Site to be used as a basis for acceptance or rejection of swaged grating installed. B. Informational Submittals: 1. Special handling and storage requirements. 2. Installation instructions. 3. Factory test reports. 4. Manufacturer's Certification of Compliance for specified products. 5. Written Test Report that swaged crossbars, if used on grating, meet the requirements of the specified test and additional requirements of these Specifications. 1.03 PREPARATION FOR SHIPMENT A. Insofar as is practical, factory assemble items provided. B. Package and clearly tag parts and assemblies that are of necessity shipped unassembled and protect the materials from damage, and facilitate identification and final assembly in the field. PART 2 PRODUCTS 2.01 FOOT TRAFFIC GRATING A. Design: 1. Uniform Service Load: 200 psf minimum, unless otherwise shown. 2. Maximum Deflection: 1/4 inch,unless otherwise shown. 3. Space bearing bars at 1-3/16 inch center-to-center. 4. Banding: 3/16 inch minimum. B. Material: 1. Aluminum Bar Type Grating: a. Press-locked rectangular design, as manufactured by IKGBorden, Clark,NJ; IKGBorden Type B or Type F. CVO/321068A NOVEMBER 7, 2005 05530 2 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Swage locked aluminum grating, rectangular bar type, as manufactured by: 1) IKG/Borden, Clark, NJ; IKG/Borden Type BS or Type FS. 2) Seidelhuber Metal Products Inc., San Carlos CA; Type A-2. 3) Ohio Gratings, Inc., Canton, OH; Aluminum Flush Top, Type 19SGF2. 4) Klemp Corp., Chicago, IL; Type KRP. C. Swage locked aluminum I-bar grating, as manufactured by: 1) IKG/Borden, Clark,NJ; Type IF. 2) Seidelhuber Metal Products, Inc., San Carlos, CA; Type 19SI2. 3) Ohio Gratings, Inc., Canton, OH; Type 19 SGI 2. 4) Klemp Corp., Chicago, IL; Type KIP. 2. Galvanized Steel Bar Type Grating: Press-locked, deep rectangular crossbar design, as manufactured by IKG/Borden, Clark,NJ; Type B or Type F. 3. Stair Treads: a. Material and Type: Same as grating material and grating type as furnished for connecting walkway or work surface. b. Nosings: Integral ribbing and serrated edge on one long axis of tread or nonslip, abrasive on each tread along one long edge. C. Carrier Plate or Angle: Furnish at each end for connection to stair stringers. d. Manufacturers: Same as for grating. 2.02 ACCESSORIES A. Anchor Bolts and Nuts: 1. Carbon Steel: ASTM A307 or A36. 2. Stainless Steel: ASTM A193 and ASTM A194, Type 316. 3. Galvanized Steel Bolts and Nuts: ASTM A153, zinc coating for ASTM A307 or A36. B. Flat Washers (Unhardened): ASTM F844; use ASTM A153 for zinc coating. C. Removable Fastener Clips and Bolts: 1. Removable from above grating walkway surface. 2. Hat Bracket: Type 304 stainless steel. 3. Bolt: Type 316 stainless steel. 4. Cast iron, galvanized body. 5. Manufacturer and Product: Struct-Fast, Wellesley Hills, MA; Gratefast. D. Partially Removable Anchor: CVO/321068A NOVEMBER 7, 2005 05530 3 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. Bolt: Threaded stud, Type 316 stainless steel. a. Manufacturer: Nelson Stud Welding Co., Lorain, OH. 2. Hat Bracket: Type 304 stainless steel. a. Manufacturer: STRUCT-FAST, Wellesley Hills, MA. 2.03 FABRICATION A. General: 1. Exposed Surfaces: Smooth finish and sharp, well-defined lines. 2. Furnish necessary rabbets, lugs, and brackets so work can be assembled in a neat, substantial manner. 3. Conceal fastenings where practical. 4. Drill metalwork and countersink holes as required for attaching hardware or other materials. 5. Weld Connections:Not permitted on grating except at banding bars. B. Design: 1. Field measure areas to receive grating, verify dimensions of new fabricated supports, and fabricate to dimension required for specified clearances. 2. Section Length: Sufficient to prevent its falling down through clear opening when oriented in the span direction when one end is touching either the concrete or the vertical leg of grating support. 3. Minimum Bearing: ANSI/NAAMM MBG 531. 4. Metal Crossbar Spacing: 2 inches maximum, unless otherwise shown or specified. 5. Crossbars: Flush with top of main bar and extend downward a minimum of 50 percent of the main bar depth. a. Swaged Crossbars: 1) Within 1/4 inch of top of grating with 1/2 inch minimum vertical dimension after swaging, and minimum before swaging dimension of 5/16 inch square. 2) Crossbar Dimension After Swaging: Minimum 1/8 inch wider than the opening at minimum of two corners at each side of each square opening in main bar. 3) Crossbars may be a special extruded shape so that after swaging the top will be flat, 3/16 inch wide and will be flush with the top surface of the bearing bars for a minimum of 5/8 inch at center between bearing bars. 4) Flush crossbar meeting all of the above except that after swaging shall overlap one corner by a minimum of 1/8 inch. A Sample of one bearing bar and one crossbar shall be tested by holding the bearing bar and pulling on the CVO/321068A NOVEMBER 7,2005 05530 4 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT crossbar. The crossbar to bearing bar shall sustain a minimum of 300 pounds without pullout of the bearing bar. 5) Tightly fit main bars and crossbars allowing no differential movement. 6. Do not use weld type crossbars. 7. Banding: Same material as grating;ANSI/NAAMM MBG 531 and ANSI/NAAMM MBG 532. 8. Furnish stainless steel Type 316 threaded anchor studs, as fasteners for grating attachment to metal supports either not embedded or partially embedded in concrete, as manufactured by Nelson Studs Welding Co., Lorain, OH. C. Supports: 1. Seat angles and beams where shown: a. Same material as rectangular bar grating. b. Extruded aluminum frame with slot for recessed grating clips, as manufactured by Thompson Fabricating Co., for aluminum I-Bar type grating. 2. Coordinate dimensions and fabrication with grating to be supported. 3. Coordinate dimensions with increased depth due to serrations. 4. Welded Frames With Anchors: Continuously welded. D. Slip-Resistant Surface: 1. Rectangular Aluminum Bar Grating:As manufactured by: a. IKG/Borden, Clark,NJ; EZ Weldslip-Resistant Coating. b. Seidelhuber Metal Products, Inc., Hayward,CA; Safety Grit Non-Slip System. C. Ohio Gratings,Inc., Canton, OH with"Slip-Not' Safety Surface manufactured by W.S.Molnar Co., Detroit, MI. 2. I-Bar grating aluminum shall incorporate a striated antiskid walking surface produced during the extrusion process, as manufactured by: a. IKG/Borden, Clark,NJ. b. Seidelhuber Metal Products, Inc.,Hayward,CA. C. Klemp Corp., Chicago,IL. 3. Extruded Plank Grating incorporating a rib pattern as part of the extrusion process and a crosswise serration to provide uni-directional slip resistance. Reference Federal Specification RGC-1602. a. Cressona Aluminum,Cressona, PA;Diamondback. E. Aluminum: 1. ASTM B221 extruded shapes. CVO/321068A NOVEMBER 7,2005 05530 5 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Fabricate as shown and in accordance with manufacturer's recommendations. 3. Grind smooth sheared edges exposed in the finished work. 4. Swage crossbars, if used,with equipment strong enough to deform crossbars. 5. Eliminate any loose crossbar intersections on swaged grating. F. Foot Traffic Grating: Any single grating section, individual plank,or plank assembly shall be not less than 1 foot 6 inches or greater than 3 feet 0 inch in width or weigh more than 150 pounds. PART 3 EXECUTION 3.01 PREPARATION A. Electrolytic Protection: 1. Aluminum in contact with dissimilar metals, other than stainless steel, and embedded or in contact with masonry,grout, and concrete,protect surfaces as specified in Section 09900,Painting and Protective Coatings. 2. Allow paint to dry before installation of the material. 3.02 INSTALLATION A. Install supports such that grating sections have a solid bearing on both ends, and that rock and wobble grating movement does not occur under designed traffic loading. B. Install plumb or level as applicable. C. Install welded frames with anchors to straight plane without offsets. D. Anchor grating securely to supports using minimum of four fastener clips and bolts per grating section. E. Use stainless steel anchors and accessories with aluminum gratings. F. Completed installation shall be rigid and neat in appearance. G. Commercially Manufactured Products: 1. Install in accordance with manufacturer's recommendations. 2. Secure grating to support members with fasteners. 3. Welding is not permitted. 4. Fasteners: Field locate and install. CVO/321068A NOVEMBER 7,2005 05530 6 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 5. Permit each grating section or plank style grating assembly to be easily removed and replaced. H. Protect painted surfaces during installation. I. Should coating become marred,prepare and touch up surface in accordance with paint manufacturer's instructions. END OF SECTION CVO/321068A NOVEMBER 7, 2005 05530 7 METAL GRATING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 09900 PAINTING AND PROTECTIVE COATINGS PART GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Water Works Association(AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines—Enamel and Tape—Hot-Applied. b. C209, Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and fittings for Steel Water Pipelines. C. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. d. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. e. C214, Tape Coating Systems for the Exterior of Steel Water Pipelines. 2. NACE International (MACE): RPO 188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 3. NSF International (NSF): 61 Drinking Water System Components - Health Effects. 4. Occupational Safety and Health Act(OSHA). 5. The Society for Protective Coatings (SSPC): a. SP 1, Solvent Cleaning. b. SP 2, Hand Tool Cleaning. C. SP 3, Power Tool Cleaning. d. SP 5, Joint Surface Preparation Standard White Metal Blast Cleaning. e. SP 6, Joint Surface Preparation Standard Commercial Blast Cleaning. f. SP 7, Joint Surface Preparation Standard Brush-Off Blast Cleaning. g. SP 10, Joint Surface Preparation Standard Near-White Blast Cleaning. h. SP 11, Power Tool Cleaning to Bare Metal. i. SP 12, Surface Preparation and Cleaning of Steel and Other Hard Materials by High-and Ultrahigh-Pressure Water Jetting Prior to Recoating. j. SP 13, Surface Preparation of Concrete. k. PA 1, Shop, Field, and Maintenance Painting. CVO/321068A NOVEMBER 7, 2005 09900 1 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. M. PA 3, Guide to Safety in Paint Applications. 1.02 DEFINITIONS A. Terms used in this section: 1. Coverage: Total minimum dry film thickness in mils or square feet per gallon. 2. FRP: Fiberglass Reinforced Plastic. 3. HCl: Hydrochloric Acid. 4. MDFT: Minimum Dry Film Thickness, mils. 5. MDFTPC: Minimum Dry Film Thickness Per Coat, mils. 6. Mil: Thousandth of an inch. 7. PSDS: Paint System Data Sheet. 8. PVC: Polyvinyl Chloride. 9. SFPG: Square Feet Per Gallon. 10. SFPGPC: Square Feet Per Gallon Per Coat. 11. SP: Surface Preparation. 1.03 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Data Sheets: 1) For each paint system, furnish a Paint System Data Sheet (PSDS), the manufacturer's technical data sheets, and paint colors available (where applicable) for each product used in paint system. The PSDS form is appended to the end of this section. 2) Technical and performance information that demonstrate compliance with Specification. 3) Submit required information on a system-by-system basis. 4) Furnish copies of paint system submittals to the coating applicator. 5) Indiscriminate submittal of manufacturer's literature only is not acceptable. b. Detailed chemical and gradation analysis for each proposed abrasive material. 2. Samples: a. Proposed Abrasive Materials: Minimum 5-pound sample for each type. CVO/321068A NOVEMBER 7, 2005 09900 2 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Reference Panel: 1) Surface Preparation: a) Prior to start of surface preparation,furnish a 4-inch by 4-inch steel panel for each grade of sandblast specified herein,prepared to specified requirements. b) Provide panel representative of the steel used;prevent deterioration of surface quality. c) Upon approval by Engineer,panel to be reference source for inspection. 2) Paint: a) Unless otherwise specified,before painting work is started,prepare minimum 8-by 10-inch sample with type of paint and application specified on similar substrate to which paint is to be applied. b) Furnish additional samples as required until colors, finishes, and textures are approved. c) Approved samples to be the quality standard for final finishes. B. Informational Submittals: 1. Applicator's Qualification: List of references substantiating experience. 2. Coating manufacturer's Certificate of Compliance, in accordance with Section 01640, Manufacturers' Services. 3. Factory Applied Coatings: Manufacturer's certification stating factory applied coating system meets or exceeds requirements specified. 4. If the manufacturer of finish coating differs from that of shop primer, provide finish coating manufacturer's written confirmation that materials are compatible. 5. Manufacturer's written instructions and special details for applying each type of paint. 6. Manufacturer's written verification that submitted material is suitable for the intended use. 1.04 QUALITY ASSURANCE A. Applicator Qualifications: Minimum 5 years' experience in application of specified products. B. Regulatory Requirements: I. Meet federal, state, and local requirements limiting the emission of volatile organic compounds. CVO/321068A NOVEMBER 7, 2005 09900 3 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Perform surface preparation and painting in accordance with recommendations of the following: a. Paint manufacturer's instructions. b. SSPC PA 3, Guide to Safety in Paint Applications. C. Federal, state, and local agencies having jurisdiction. C. Mockup: 1. Before proceeding with Work under this section, finish one complete space or item of each color scheme required showing selected colors, finish texture,materials,quality of work,and special details. 2. After Engineer approval, sample spaces or items shall serve as a standard for similar work throughout the Project. 1.05 DELIVERY, STORAGE,AND HANDLING A. Shipping: 1. Where precoated items are to be shipped to the Site, protect coating from damage. Batten coated items to prevent abrasion. 2. Shop painted surfaces shall be protected during shipment and handling by suitable provisions including padding, blocking, and use of canvas or nylon slings. B. Storage: 1. Store products in a protected area that is heated or cooled to maintain temperatures within the range recommended by paint manufacturer. 2. Primed surfaces shall not be exposed to weather for more than 2 months before being topcoated, or less time if recommended by coating manufacturer. 1.06 PROJECT CONDITIONS A. Environmental Requirements: 1. Do not apply paint in temperatures or moisture conditions outside of manufacturer's recommended maximum or minimum allowable. 2. Do not perform final abrasive blast cleaning whenever relative humidity exceeds 85 percent,or whenever surface temperature is less than 5 degrees F above dew point of ambient air. CVO/321068A NOVEMBER 7, 2005 09900 4 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART PRODUCTS 2.01 MANUFACTURERS A. Nationally recognized manufacturers of paints and protective coatings who are regularly engaged in the production of such materials for essentially identical service conditions. B. Minimum of 5 years' verifiable experience in manufacture of specified product. 2.02 ABRASIVE MATERIALS A. Select abrasive type and size to produce surface profile that meets coating manufacturer's recommendations for specific primer and coating system to be applied. 2.03 PAINT MATERIALS A. General: 1. Manufacturer's highest quality products suitable for intended service. 2. Compatibility: Only compatible materials from a single manufacturer shall be used in the Work. Particular attention shall be directed to compatibility of primers and finish coats. 3. Thinners, Cleaners, Driers,and Other Additives: As recommended by coating manufacturer. B. Products: Product Definition Epoxy Primer— Anticorrosive, converted epoxy primer containing Ferrous Metal rust-inhibitive pigments High Build Epoxy Polyamide or polyamidoamine epoxy, minimum 69%volume solids, capability of 4 to 8 MDFT per coat Inorganic Zinc Solvent or water based, having 85% metallic zinc Primer content in the dry film; follow manufacturer's recommendation for to coatin CVO/321068A NOVEMBER 7, 2005 09900 5 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Product Definition Latex Primer Sealer Waterborne vinyl acrylic primer/sealer for interior gypsum board and plaster. Capable of providing uniform seal and suitable for use with specified finish coats NSF Epoxy Polyamide epoxy, approved for potable water contact and conforming to NSF 61 Epoxy, High Solids Polyamide or polyamidoamine epoxy, 80%volume solids, minimum, suitable for immersion service Polyurethane Enamel Two-component, aliphatic or acrylic based polyurethane; high gloss finish Rust-Inhibitive Single-package steel primers with anticorrosive Primer pigment loadin 2.04 .MIXING A. Multiple-Component Coatings: 1. Prepare using each component as packaged by paint manufacturer. 2. No partial batches will be permitted. 3. Do not use multiple-component coatings that have been mixed beyond their pot life. 4. Furnish small quantity kits for touchup painting and for painting other small areas. 5. Mix only components specified and furnished by paint manufacturer. 6. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B. Colors: Formulate paints with colorants free of lead, lead compounds, or other materials that might be affected by presence of hydrogen sulfide or other gas likely to be present at Site. 2.05 SHOP FINISHES A. Shop Blast Cleaning: Reference paragraph Shop Coating Requirements, this section. B. Surface Preparation: Provide Engineer minimum 7 days' advance notice to start of shop surface preparation work and coating application work. .-. CVO/321068A NOVEMBER 7, 2005 09900 6 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Shop Coating Requirements: 1. When required by equipment Specifications, such equipment shall be primed and finish coated in shop by manufacturer and touched up in field with identical material after installation. 2. Where manufacturer's standard coating is not suitable for intended service condition, Engineer may approve use of a tie-coat to be used between manufacturer's standard coating and specified field finish. In such cases, tie-coat shall be surface tolerant epoxy as recommended by manufacturer of specified field finish coat. Coordinate details of equipment manufacturer's standard coating with field coating manufacturer. PART 3 EXECUTION 3.01 GENERAL A. Provide Engineer minimum 7 days' advance notice to start of field surface preparation work and coating application work. B. Perform the Work only in presence of Engineer,unless Engineer grants prior approval to perform the Work in Engineer's absence. C. Schedule inspection with Engineer in advance for cleaned surfaces and all coats prior to succeeding coat. 3.02 EXAMINATION A. Factory Finished Items: 1. Schedule inspection with Engineer before repairing damaged factory- finished items delivered to Site. 2. Repair abraded or otherwise damaged areas on factory-finished items as recommended by coating manufacturer. Carefully blend repaired areas into original finish. If required to match colors,provide full finish coat in field. B. Surface Preparation Verification: Inspect and provide substrate surfaces prepared in accordance with these Specifications and printed directions and recommendations of paint manufacturer whose product is to be applied. The more stringent requirements shall apply. CVO/321068A NOVEMBER 7, 2005 09900 7 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.03 PROTECTION OF ITEMS NOT TO BE PAINTED A. Remove,mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts,bearings,nameplates on machinery, and other surfaces not specified elsewhere to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering. E. Protect all surfaces adjacent to, or downwind of Work area from overspray. 3.04 SURFACE PREPARATION A. Field Abrasive Blasting: 1. Perform blasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed or coated. 2. Refer to coating systems for degree of abrasive blasting required. 3. Where the specified degree of surface preparation differs from manufacturer's recommendations,the more stringent shall apply. B. Metal Surface Preparation: 1. Where indicated,meet requirements of SSPC Specifications summarized below: a. SPI, Solvent Cleaning: Removal of all visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants by cleaning with solvent. b. SP2,Hand Tool Cleaning: Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, using nonpower hand tools. C. SP3,Power Tool Cleaning: Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, using power-assisted hand tools. d. SPS, White metal Blast Cleaning: Removal of all visible oil, grease, dust, dirt, mill scale, rust, coatings, oxides, corrosion products, and other foreign matter by blast cleaning. CVO/321068A NOVEMBER 7,2005 09900 8 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT e. SP6, Commercial Blast Cleaning: Removal of all visible oil, grease, dust, dirt, mill scale, rust, coatings, oxides, corrosion products, and other foreign matter, except for random staining limited to no more than 33 percent of each unit area of surface which may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied coatings. f. SP7, Brush-Off Blast Cleaning: Removal of all visible rust, oil, grease, soil, dust, loose mill scale, loose rust, and loose coatings. Tightly adherent mill scale, rust, and coating may remain on surface. g. SP 10,Near-White Blast Cleaning: Removal of all visible oil, grease, dust, dirt, mill scale, rust, coatings, oxides,corrosion products, and other foreign matter, except for random staining limited to no more than 5 percent of each unit area of surface which may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied coatings. h. SP 11, Power Tool Cleaning to Bare Metal: Removal of all visible oil, grease, dirt, dust, mill scale, rust,paint, oxide, corrosion products, and other foreign matter using power-assisted hand tools capable of producing suitable surface profile. Slight residues of rust and paint may be left in lower portion of pits if original surface is pitted. i. SP12, Surface Preparation and Cleaning of Steel and Other Hard Materials by High- and Ultrahigh-Pressure Water Jetting Prior to Recoating: Surface preparation using high- and ultrahigh-pressure water jetting to achieve specified surface cleanliness condition. Surface cleanliness conditions are defined in SSPC SP12 and are designated WJ-1 through WJ-4 for visual surface preparation definitions, and SC-1 through SC-3 for nonvisual surface preparation definitions. 2. The words "solvent cleaning", "hand tool cleaning", "wire brushing", and "blast cleaning", or similar words of equal intent in these Specifications or in paint manufacturer's specification refer to the applicable SSPC Specification. 3. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. 4. Hand tool clean areas that cannot be cleaned by power tool cleaning. 5. Round or chamfer sharp edges and grind smooth burrs,jagged edges, and surface defects. CVO/321068A NOVEMBER 7, 2005 09900 9 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT ^ 6. Welds and Adjacent Areas: a. Prepare such that there is: 1) No undercutting or reverse ridges on weld bead. 2) No weld spatter on or adjacent to weld or any area to be painted. 3) No sharp peaks or ridges along weld bead. b. Grind embedded pieces of electrode or wire flush with adjacent surface of weld bead. 7. Preblast Cleaning Requirements: a. Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. b. Cleaning Methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. C. Clean small isolated areas as above or solvent clean with suitable solvent and clean cloth. 8. Blast Cleaning Requirements: a. Type of Equipment and Speed of Travel: Design to obtain specified degree of cleanliness. Minimum surface preparation is as specified herein and takes precedence over coating manufacturer's recommendations. b. Select type and size of abrasive to produce surface profile that ^ meets coating manufacturer's recommendations for particular primer to be used. C. Use only dry blast cleaning methods. d. Do not reuse abrasive, except for designed recyclable systems. e. Meet applicable federal, state, and local air pollution and environmental control regulations for blast cleaning, confined space entry (if required), and disposition of spent aggregate and debris. 9. Post-Blast Cleaning and Other Cleaning Requirements: a. Clean surfaces of dust and residual particles from cleaning operations by dry (no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wipe with a tack cloth. b. Paint surfaces the same day they are blasted. Reblast surfaces that have started to rust before they are painted. ^ CVO/321068A NOVEMBER 7, 2005 09900 10 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.05 SURFACE CLEANING A. Brush-Off Blast Cleaning: 1. Equipment, procedure, and degree of cleaning shall meet requirements of SSPC SP 7, Brush-off Blast Cleaning. 2. Abrasive: Either wet or dry blasting sand, grit, or nutshell. 3. Select various surface preparation parameters, such as size and hardness of abrasive, nozzle size, air pressure, and nozzle distance from surface such that surface is cleaned without pitting, chipping, or other damage. 4. Verify parameter selection by blast cleaning a trial area that will not be exposed to view. 5. Engineer will approve acceptable trial blast cleaned area and will use area as a representative sample of surface preparation. 6. Repair or replace surface damaged by blast cleaning. B. Acid Etching: 1. After precleaning, spread the following solution by brush or plastic sprinkling can: 1 part commercial muriatic acid reduced by 2 parts water by volume. Adding acid to water in these proportions gives an approximate 10 percent solution of HCl. 2. Application: a. Application Rate: Approximately 2 gallons per 100 square feet. b. Work acid solution into surface by hard-bristled brushes or brooms until complete wetting and coverage is obtained. C. Acid will react vigorously for a few minutes, during which time brushing shall be continued. d. After bubbling subsides (10 minutes), hose down remaining slurry with high pressure clean water. e. Rinse immediately to avoid formation on the surface of salts that are difficult to remove. f. Thoroughly rinse to remove any residual acid surface condition that may impair adhesion. 3. Ensure surface is completely dry before application of coating. 4. Apply acid etching to obtain a"grit sandpaper" surface profile. If not, repeat treatment. C. Solvent Cleaning: 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by using solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. CVO/321068A NOVEMBER 7, 2005 09900 11 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Meets requirements of SSPC SP 1. 3.06 APPLICATION A. General: 1. The intention of these Specifications is for new, interior and exterior metal and submerged metal surfaces to be painted, whether specifically mentioned or not, except as specified otherwise. Do not paint exterior concrete surfaces, unless specifically indicated. 2. For coatings subject to immersion, obtain full cure for completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating until completion of curing cycle. 3. Apply coatings in accordance with these Specifications and paint manufacturers' printed recommendations and special details. The more stringent requirements shall apply. Allow sufficient time between coats to assure thorough drying of previously applied paint. 4. Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next coat. 5. Coat units or surfaces to be bolted together or joined closely to structures or to one another prior to assembly or installation. 6. Keep paint materials sealed when not in use. 7. Where more than one coat is applied within a given system, alternate colors to provide a visual reference showing required number of coats have been applied. B. Film Thickness and Coverage: 1. Number of Coats: a. Minimum required without regard to coating thickness. b. Additional coats may be required to obtain minimum required paint thickness, depending on method of application, differences in manufacturers' products, and atmospheric conditions. 2. Application Thickness: a. Do not exceed coating manufacturer's recommendations. b. Measure using a wet film thickness gauge to ensure proper coating thickness during application. 3. Film Thickness Measurements and Electrical Inspection of Coated Surfaces: a. Perform with properly calibrated instruments. b. Recoat and repair as necessary for compliance with Specification. C. All coats are subject to inspection by Engineer and coating manufacturer's representative. Avnwk CVO/321068A NOVEMBER 7, 2005 09900 12 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 4. Give particular attention to edges, angles, flanges, and other similar areas,where insufficient film thicknesses are likely to be present, and ensure proper millage in these areas. 5. Apply additional coats as required to achieve complete hiding of underlying coats. Hiding shall be so complete that additional coats would not increase the hiding. 3.07 PROTECTIVE COATINGS SYSTEMS A. System No. 1 Submerged Metal—Potable Water: Surface Pre Paint Material Min. Coats, Cover SPS, White Metal NSF Epoxy 3 coats, 3 MDFTPC Blast Cleaning B. System No. 6 Exposed Metal—Atmospheric: Surface Pre Paint Material Min. Coats, Cover SP6, Commercial Rust-Inhibitive Primer 1 coat, 2 MDFT Blast Cleaning Alk d Enamel 1 2 coats, 4 MDFT 3.08 COLORS A. Provide as selected by Owner. B. Proprietary identification of colors is for identification only. Selected manufacturer may supply matches. C. Equipment Colors: 1. Equipment includes the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. 2. Paint equipment and piping one color as selected. 3.09 FIELD QUALITY CONTROL A. Testing Equipment: 1. Provide magnetic type dry film thickness gauge to test coating thickness specified in mils,as manufactured by Nordson Corp.,Anaheim, CA, Mikrotest. CVO/321068A NOVEMBER 7, 2005 09900 13 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Provide low-voltage wet sponge electrical holiday detector to test completed coating systems, 20 mils dry film thickness or less,except zinc primer, high-build elastomeric coatings, and galvanizing, for pinholes, holidays, and discontinuities,as manufactured by Tinker and Rasor, San Gabriel, CA, Model M-1. B. Testing: 1. Thickness and Continuity Testing: a. Measure coating thickness specified in mils with a magnetic type, dry film thickness gauge, in accordance with SSPC PA 2. Check each coat for correct millage. Do not make measurement before a minimum of 8 hours after application of coating. b. Holiday detect coatings 20 mils thick or less, except zinc primer and galvanizing,with low voltage wet sponge electrical holiday detector in accordance with NACE RPO 188. C. After repaired and recoated areas have dried sufficiently,retest each repaired area. Final tests may also be conducted by Engineer. C. Inspection: Leave staging and lighting in place until Engineer has inspected surface or coating. Replace staging removed prior to approval by Engineer. Provide additional staging and lighting as requested by Engineer. D. Unsatisfactory Application: 1. If item has an improper finish color or insufficient film thickness, clean surface and topcoat with specified paint material to obtain specified color and coverage. Obtain specific surface preparation information from coating manufacturer. 2. Evidence of runs,bridges, shiners, laps, or other imperfections is cause for rejection. 3. Repair defects in accordance with written recommendations of coating manufacturer. E. Damaged Coatings,Pinholes, and Holidays: 1. Feather edges and repair in accordance with recommendations of paint manufacturer. 2. Hand or power sand visible areas of chipped,peeled, or abraded paint, and feather the edges. Follow with primer and finish coat. Depending on extent of repair and appearance, a finish sanding and topcoat may be required. CVO/321068A NOVEMBER 7,2005 09900 14 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Apply finish coats, including touchup and damage-repair coats in a manner that will present a uniform texture and color-matched appearance. 3.10 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroy at end of each day. B. Upon completion of the Work, remove staging, scaffolding, and containers from Site or destroy in a legal manner. C. Remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. 3.11 APPLICATION SCHEDULE A. Surfaces Not Requiring Painting: Unless otherwise stated or shown below or in other sections,the following areas or items will not require painting or coating: 1. Reinforcing steel. 2. Nonsubmerged electrical conduits attached to unpainted concrete surfaces. 3. Cathodic protection anodes. B. System No. 1 Submerged Metal—Potable Water: Use on the following items or areas: 1. Metal surfaces new and below a plane 1 foot above the maximum liquid surface; metal surfaces above the maximum liquid surface that are a part of the immersed equipment; surfaces of metallic items, such as pipes and structural steel members, and the following specific surfaces: a. Intake screen. C. System No. 6 Exposed Metal—Atmospheric: Use on the following items or areas: 1. Exposed metal surfaces, new and located inside or outside of structures or exposed to weather. a. Inside duct stack heads behind diffusers, registers,and grilles with flat black. b. Instrumentation and control systems exposed enclosures for process. CVO/321068A NOVEMBER 7,2005 09900 15 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Apply surface preparation and primer to surfaces prior to installation. Finish coats need only be applied to surfaces exposed after completion of construction. 3.12 SUPPLEMENT A. The supplement listed below, following "End of Section,"is a part of this Specification: 1. Paint System Data Sheet(PSDS). END OF SECTION CVO/321068A NOVEMBER 7,2005 09900 16 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PAINT SYSTEM DATA SHEET Complete and attach manufacturer's Technical Data Sheet to this PSDS for each coating system. Paint System Number(from Spec.): Paint System Title (from Spec.): Coating Supplier: Representative: Surface Preparation: Product Name/Number Paint Material (Generic) Pro rieta Min. Coats, Coverage Provide manufacturer's recommendations for the following parameters at temperature (F)/relative humidity: Temperature/R11 50/50 70/30 90/25 Induction Time Pot Life Shelf Life Drying Time Curing Time Min.Recoat Time Max. Recoat Time CVO/321068A NOVEMBER 7,2005 09900 SUPPLEMENT 1 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Provide manufacturer's recommendations for the following: Mixing Ratio: Maximum Permissible Thinning: Ambient Temperature Limitations: min.: max.: Surface Temperature Limitations: min.: max.: Surface Profile Requirements: min.: max.: Attach additional sheets detailing manufacturer's recommended storage requirements and holiday testing procedures. CVO/321068A NOVEMBER 7, 2005 09900 SUPPLEMENT 2 PAINTING AND PROTECTIVE COATINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 11371 COMPRESSED AIR SYSTEMS PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Mechanical Engineers (ASME): PTC 10, Compressors and Exhausters. 2. National Electrical Manufacturers Association(NEMA): a. 250,Enclosures for Electrical Equipment(1,000 Volts Maximum). b. MG 1, Motors and Generators. 1.02 DEFINITIONS A. Standard Cubic Foot Per Minute(scfm): Volume flow rate of air at standard conditions of 60 degrees F, 14.7 psia, and 36 percent relative humidity. 1.03 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Make,model, weight, and horsepower of each equipment assembly. b. Manufacturer's catalog information,descriptive literature, and specifications. C. Detailed mechanical and electrical drawings showing equipment fabrications. Include dimensions,size, and locations of connections to other Work. d. External utility requirements such as air,power,and drain for each component. e. Functional description of internal and external instrumentation and controls including list of parameters monitored, controlled, or alarmed. f. Power and control wiring diagrams,including terminals and numbers. g. Manufacturer's diagrams for air compressor piping. CVO/321068A NOVEMBER 7,2005 11371 1 COMPRESSED AIR SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Informational Submittals: 1. Manufacturer's recommended vibration limits of compressed air system. 2. Field performance test procedures. 3. Manufacturer's Instructions: a. Installation of equipment. b. Installation of vibration isolators. 4. Field test reports for each functional and performance test of equipment. 5. Operation and Maintenance Data: As specified in Section 01430, Operation and Maintenance Data. 1.04 EXTRA MATERIALS A. Furnish,tag, and box for shipment and storage the following spare parts and special tools: 1. Intake Filter Cartridges: Three per compressor type. 2. Special Tools: One set. PART 2 PRODUCTS 2.01 EQUIPMENT A. General: Furnish air compressors as a complete system that includes compressor,motor, controls, and accessories. B. Receiver Mounted Air Compressor(s): 1. Manufacturers and Products: a. Gast; Model 4HCC-11T-M45OX. b. Thomas Pneumotive. 2. Two-cylinder, single-stage reciprocating type. 3. Air cooled, close coupled direct drive,oiless operation. 4. Mount motor and compressor on common steel base attached to receiver. 5. Operate at 1,725 rpm. Capable of operating continuously at 104 degrees F at specified output without overheating. 6. Equip with combination air intake filter silencer. 7. Capacity: 1.70 cfm at 100 psig. 8. Horsepower: 1/2. 9. Adjustable Control Pressure: 80 psig to START and 100 psig to STOP. 10. Receiver Capacity: 30 gallons. 11. Motor: CVO/321068A NOVEMBER 7,2005 11371 2 COMPRESSED AIR SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT a. In accordance with NEMA MG 1. b. Type: Squirrel-cage. C. Enclosure: Drip-proof for indoor installation. d. Duty Cycle: Continuous. e. Volts: 120. f. Phase: Single. g. Frequency: 60-Hz. h. Service Factor: 1.15. i. Connected Load: Do not exceed motor nameplate horsepower rating for operating conditions. 12. Receiver: a. Horizontal welded steel receiver.bearing ASME code stamp and with inspection openings. b. Maximum Allowable Working Pressure: 125 psig. C. Corrosion Allowance: 1/16 inch. d. Safety relief valve set for 125 psig. e. Pressure gauge with gauge cock. f. Automatic condensate drain valve with isolation valve. g. Manual blowdown valve located at low point in receiver. 13. Controls: a. ON/OFF cyclic operation. b. Enclosure: NEMA 250, Type 12 panel for indoor installation to house complete control system including: 1) Control power transformer. 2) HAND/OFF/AUTOMATIC switch. 3) Pressure switches. 4) Relays. 5) System pressure indicator. 6) Indicating light(s). 7) Combination motor starter(NEMA Size 1 minimum)with overload protection. C. Control Panel: Mount in accessible location on receiver. d. Prewired control components. e. Control Components: Operate on 120-volt ac power supply. f. Power Supply: 120 volts, single-phase, 60-Hz. 14. Refrigerant Type Air Dryer: a. Components: 1) Aircooled refrigeration condenser, air-to-refrigerant,and air-to-air,tube-in-tube nonfouling heat exchangers. 2) Include combination separator/filter capable of removing 100 percent of solids particles 3 microns in size and larger. 3) Stainless steel separator with coalescing type filter. CVO/321068A NOVEMBER 7, 2005 11371 3 COMPRESSED AIR SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 4) Equip dryer with an automatic drain trap for removing collected condensate. 5) House entire unit in 18-gauge steel case suitable for wall mounting. b. Controls: 1) Provide power ON light and HIGH temperature air warning light. 2) Utilize hot gas bypass system to maintain constant dew point from no-load to full-load conditions. 3) Provide fan cutout switch for stopping fans during low ambient conditions. 4) Provide electrical system with thermal and overload protection with automatic reset. C. Capacity: 10 scfm at 100 psig and a dew point temperature of 38 degrees F. d. Manufacturers: 1) Wilkerson. 2) ZEKS Air Drier Corporation. 3) Zurn. 2.02 SHOP/FACTORY FINISHING A. Prepare,prime, and finish coat in accordance with Section 09900,Painting and Protective Coatings. B. Furnish manufacturer's standard baked enamel finish, color as selected. PART 3 EXECUTION 3.01 INSTALLATION A. General: Install equipment on vibration isolators in accordance with manufacturer's instructions. 1. Piping: Equip with full-size flexible discharge connection,check valve, and isolation valve. 3.02 FIELD QUALITY CONTROL A. Functional Tests: Conduct on each piece of equipment in the system. 1. Vibration Test: a. System shall not develop amplitudes of vibration in excess of manufacturer's recommendations. CVO/321068A NOVEMBER 7,2005 11371 4 COMPRESSED AIR SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Test with units installed and in normal operation. END OF SECTION CVO/321068A NOVEMBER 7, 2005 11371 5 COMPRESSED AIR SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT M SECTION 13990 GALVANIC ANODE CATHODIC PROTECTION SYSTEM PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. National Fire Protection Association(NFPA): 70,National Electrical Code(NEC). 1.02 DEFINITIONS A. Ferrous Metal Pipe: Pipe made of steel or iron and pipe containing steel or iron as a principle structural material,except reinforced concrete. B. Lead,Lead Wires, Joint Bonds, Cable: Insulated copper conductor;the same as wire. 1.03 SUBMITTALS Amw A. Shop Drawings: Catalog cuts and other information for products to be used. B. Quality Assurance Submittals: 1. Anode Manufacturer's Certificate of Compliance. 2. Field Test Reports. 1.04 DELIVERY, STORAGE, AND HANDLING A. Packing and Shipping: Specialty anodes shall be protected during shipping and handling. B. Store anodes off the ground. PART 2 PRODUCTS 2.01 GALVANIC ANODES A. Standard Potential Magnesium Anodes: 1. Composition: a. Aluminum: 5.3 to 6.7 percent. b. Zinc: 2.5 to 3.5 percent. CVO/321068A NOVEMBER 7, 2005 13990 1 GALVANIC ANODE CATHODIC PROTECTION SYSTEM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Manganese: 0.15 percent maximum. d. Silicon: 0.3 percent maximum. e. Copper: 0.003 percent maximum. f. Nickel: 0.003 percent maximum. g. Iron: 0.003 percent maximum. h. Total Others: 0.300 percent. i. Magnesium: Remainder. 2. Dimensions of Specialty Anodes: a. Type I: Bare magnesium, 7.5 pounds, 8 inches by 8 inches by 2 inches with pipe core cast into center of anode body. Complete with Mounting Kit. Type 7.55,or equivalent. b. Type II: Bare magnesium, 24 pounds, 9-inch width by 18-inch length by 2-inch thickness. Two steel core straps cast in the anode. Type 24W, or equivalent. 2.02 THERMITE WELD MATERIALS A. General: Thermite wire sleeves, welders, and weld cartridges according to the weld manufacturer's recommendations for each wire size and pipe or fitting size and material. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers will not be acceptable. B. Molds: Graphite. Ceramic "One-Shot"molds not acceptable. C. Cartridges: 1. Cast iron thermite weld cartridges for cast and ductile iron pipe and fittings. 2. Maximum Size: 25 grams for steel and 32 grams for cast and ductile iron materials, respectively. D. Welding Materials Manufacturers: 1. Erico Products Inc. (Cadweld), Cleveland, OH. 2. Continental Industries, Inc. (Thermo-Weld),Tulsa, OK. E. Thermite Weld Caps: Prefabricated weld cap with coating and suitable primer, such as Handy Cap II with Royston Primer 747, as manufactured by Royston Laboratories, Inc. 2.03 COATING REPAIR MATERIAL FOR PIPE AND FITTINGS A. As specified in Section 09900, Painting and Protective Coatings. CVO/321068A NOVEMBER 7,2005 13990 2 GALVANIC ANODE CATHODIC PROTECTION SYSTEM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.04 INSULATING JOINTS A. Insulating Joints: 1. Complete assembly shall have an ANSI rating equal to or higher than that of the joint and pipeline. 2. Materials shall be resistant for the intended exposure, operating temperatures, and products in the pipelines. B. Flange Insulating Kits: 1. Gaskets: Full-face type E with O-ring seal. The flanged gasket shall be supplemented with a neoprene facing on each side to accomplish a seal. 2. Insulating Sleeves: Full-length Mylar. 3. Insulating Washers: High strength phenolic. 4. Steel Washers: Plated,hot-rolled steel, 1/8-inch thick. 5. Manufacturers: a. Pipeline Seal and Insulator, Inc.,Houston, TX. b. Central Plastics Co., Shawnee, OK. C. Insulated Flexible Couplings: As specified in Section 02500, Conveyance Piping—General. D. Insulating Unions. As specified in Section 15200, Process Piping—General. PART 3 EXECUTION 3.01 INSTALLATION A. Install galvanic anodes on the inlet structure/trash rack after painting. B. Conform to NFPA 70. 3.02 GALVANIC ANODE INSTALLATION A. Attach bare anodes on the inlet structure as shown on Drawings. B. Type I anodes shall be attached with threaded studs, which are a part of the Mounting Kit. C. Type II anodes shall be attached by welding the steel straps to the structure at the locations indicated. D. All anodes to be mounted to the structure after painting of the structure. CVO/321068A NOVEMBER 7,2005 13990 3 GALVANIC ANODE CATHODIC PROTECTION SYSTEM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. DO NOT paint the magnesium portion of the anodes. F. Remove paint damaged by welding, prepare all bare steel pipe, structure, and anode straps,and coat with NSF approved epoxy as specified in Section 09900, Painting and Protective Coatings. 3.03 INSULATED JOINTS A. Install insulated joints to electrically isolate the pipeline from other structures at the locations indicated on Drawings. 3.04 FIELD TESTING A. Insulated Joint Testing: Test each joint after assembly with the insulator tester in accordance with the manufacturer's written instructions. Use Model 601 and 702 Insulation Checker, for aboveground and below ground, respectively. Manufacturer: Gas Electronics co., Symour, MO. Cathodic Protection Specialist shall monitor the tests. Replace damaged or defective insulation parts. END OF SECTION CVO/321068A NOVEMBER 7,2005 13990 4 GALVANIC ANODE CATHODIC PROTECTION SYSTEM EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 15061 PIPING SUPPORT SYSTEMS PART1 GENERAL 1.1 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. ASTM International (ASTM): E84, Standard Test Method for Surface Burning Characteristics of Building Materials. 2. International Code Council(ICC): a. International Building Code (IBC). b. International Mechanical Code (IMC). 3. Manufacturers' Standardization Society (MSS): a. SP 58, Pipe Hangers and Supports—Materials, Design and Manufacture. b. SP 69, Pipe Hangers and Supports—Selection and Application. C. SP 89,Pipe Hangers and Supports—Fabrication and Installation. 1.2 DEFINITIONS A. Ferrous Metal: Iron, steel, stainless steel, and alloys with iron as principal component. B. Wetted or Submerged: Submerged, less than 1 foot above liquid surface, below top of channel wall, under cover or slab of channel or tank, or in other damp locations. 1.3 SUBMITTALS A. Action Submittals: 1. Drawings of each piping support system to scale shown, locating each support,brace,hanger,guide,component and anchor. Identify support, hanger,guide,and anchor type by,catalog number and shop drawing detail number. 2. Revisions to support systems resulting from changes in related piping system layout or addition of flexible joints. B. Informational Submittals: Maintenance information on piping support system. CVO/321068A NOVEMBER 7, 2005 15061 1 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 1.4 QUALIFICATIONS A. Piping support systems shall be designed and Shop Drawings prepared and sealed by a Registered Professional Engineer in the state where the Work is to be installed. 1.5 DESIGN REQUIREMENTS A. General: 1. Seismic Load: In accordance with local codes. 2. Provide piping support systems throughout facility,whether shown or not. 3. Meet requirements of MSS SP 58, MSS SP 69, MSS SP 89,and IBC. B. Pipe Support Spacing: 1. As tabulated, unless indicated otherwise on the Drawings. 2. Single Rod Hanger Supported Pipe Span: Maximum Support Spacing ft Stainless Steel Pie Copperjube Nominal Pipe or Water Vapor Water Vapor 1Tubing Size Service Service Service Service 1/2" and smaller 6 8 5 5 3. Stanchion Pipe Support Spacing: Maximum Support Spacing ft Stainless Steel Pie Copper Tube Nominal Pipe or Water Vapor Water Vapor 1Tubing Size Service Service Service Service 1/2" and smaller 6 6 5 5 CVO/321068A NOVEMBER 7, 2005 15061 2 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 4. Hanger Rod Size: Minimum Hanger Rod Size in Stainless Steel Copper Tube Nominal Pipe or Single Double Single Double 1Tubing Size Rod Rod Rod Rod 2" and smaller 3/8 NA 3/8 NA C. Bracing: Provide vertical sway bracing on 10-foot maximum centers or where shown. D. Pipe Anchors: 1. Provide on straight runs without provisions for piping expansion. 2. Maximum Spacing: The maximum straight run of piping smaller than 3 inches not bound by anchors shall be as follows: Pipe Type Anchor Spacing Service Temperature) ft Stainless steel (81 -212 degrees F) 80 Stainless steel 33 - 80 degrees F 100 Copper 120 -212 degrees F 100 Copper(81 - 119 degrees F) 1" and smaller NR 1-1/2" through 2-1/21, 100 Copper(33 - 80 degrees F) 1" and smaller NR 1-1/2" through 2-1/21, 100 3. Direction of design load shall be either perpendicular or parallel to support, or parallel to pipe,whichever produces greatest stress in anchor. Design load shall be as follows: Pipe Size Design Load inches Pounds 1/2 150 CVO/321068A NOVEMBER 7,2005 15061 3 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT E. Building Structural Attachments: a. Minimum design load for attachments shall be the following: Load Pipe Size lbs) 1-1/4" and smaller 150 b. Rating shall be based on an allowable stress of 1/5 of the minimum tensile strength of the material at service temperature. Castings shall include a casting quality factor of 0.80 of the allowable stress specified. C. Verify that the concrete used is of sufficient strength to hold concrete inserts at the design load rating specified. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Standard Support Components: 1. Anvil. 2. B-Line. B. Channel Type Support and Framing Systems: 1. Unistrut. 2. Kin-Line. 3. Power Strut. C. Nonmetallic Support Components: 1. Aickenstrut. 2. CLIC. 2.2 MATERIALS A. Standard Pipe Support and Channel Support/Framing Systems: 1. Exposed: As tabulated in MSS SP 58.. 2. Submerged: Type 304 stainless steel. CVO/321068A NOVEMBER 7, 2005 15061 4 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.3 COMPONENTS A. Standard Component Types: 1. Type Definition: Per MSS SP 58. 2. General Service (33 degrees F to 119 degrees F) and Hot Service (120 degrees F to 450 degrees F): Type Item MSS SP 58 Notes Horizontal Pipe Attachments Bare encral and Hot Service Clips 24 Rings 6, 11 1 Bands 1 Clams 3 Saddles --r--36, 37, 38 Vertical Pipe Attachments—General Riser Clams 1 8, 42 Hanger Rod Fixtures—General Turnbuckles 13, 15 Swing Eyes 16, 17 Clevises 14 Building Structural Attachments--General Inserts 18 C-Clam s 19, 23 Beam Clams 20, 21, 25, 27, 28, 29, 30 Welded Attachments 22, 57, 58 Brackets 33, 34 Notes: 1. Use for piping 2-1/2 inches and smaller. B. Pipe Anchors: 1. Type: Anchor chair with U-bolt or bar strap. 2. Manufacturers and Products: a. Anvil; Figure 198. CVO/321068A NOVEMBER 7, 2005 15061 5 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. B-Line; Figure B3147A or B3147B. 2.4 FASTENERS A. Anchor Bolt Material: Wetted or submerged use Type 316 stainless steel. B. Nonmetallic Channel Framing Connections: Vinyl ester glass fiber or polyurethane base composite nuts and bolts. 2.5 FABRICATION A. Shop Assembly: In accordance with MSS SP 89. B. Shop Finishing: 1. In accordance with MSS SP 85. 2. Coat ungalvanized steel components with rust inhibitive primer as specified in Section 09900, Painting and Protective Coatings. 2.6 SOURCE QUALITY CONTROL A. Shop Tests: In accordance with MSS SP 89. PART 3 EXECUTION 3.1 INSTALLATION A. General: 1. Install support systems in accordance with MSS SP 69 and MSS SP 89, unless shown otherwise. 2. Support piping connections to equipment by pipe support and not by the equipment. 3. Support large or heavy valves, fittings, and appurtenances independently of connected piping. 4. Support pipe at changes in direction or in elevation, adjacent to flexible joints and couplings, and where shown. 5. Brace hanging pipes against horizontal movement by both longitudinal and lateral sway bracing. 6. Install lateral supports for seismic loads at all changes in direction. 7. Install pipe anchors where required to withstand expansion thrust loads and to direct and control thermal expansion. 8. Repair mounting surfaces to original condition after attachments are made. CVO/321068A NOVEMBER 7,2005 15061 6 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Standard Pipe Supports: 1. Horizontal Suspended Piping: a. Single Pipes: Adjustable swivel-ring, splint-ring or clevis hangers. 2. Horizontal Piping Supported From Walls: a. Single Pipes: Wall brackets or wall clips attached to wall with anchors. Clips attached to wall-mounted framing also acceptable. b. Stacked Piping: 1) Wall-mounted framing system and clips acceptable for piping smaller than 3-inch minimal diameter. 2) Piping clamps that resist axial movement of pipe through support not acceptable. 3. Horizontal Piping Supported From Floors: a. Floor-Mounted Channel Supports: 1) Use for piping smaller than 3-inch nominal diameter running along floors and in trenches at piping elevations lower than can be accommodated using pedestal pipe supports. 2) Attach channel framing to floors with anchor bolts. 3) Attach pipe to channel with clips or pipe clamps. 4. Vertical Pipe: Support with wall brackets and base elbow or riser clamps on floor penetrations. 5. Standard Attachments: a. To Concrete Ceilings: Concrete inserts. b. To Concrete Walls: Concrete inserts or brackets or clip angles with anchor bolts. C. Existing Walls and Ceilings: Install as specified for new construction, unless shown otherwise. C. Accessories: 1. Dielectric Barrier: a. Install between carbon steel members and copper or stainless steel pipe. b. Install between stainless steel supports and nonstainless steel ferrous metal piping. 2. Electrical Isolation: Install 1/4-inch by 3-inch neoprene rubber wrap between submerged metal pipe and oversized clamps. 3.2 FIELD FINISHING A. Paint atmospheric exposed surfaces of black and hot-dip galvanized steel components as specified in Section 09900, Painting and Protective Coatings. END OF SECTION CVO/321068A NOVEMBER 7, 2005 15061 7 PIPING SUPPORT SYSTEMS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 15200 PROCESS PIPING—GENERAL PART1 GENERAL 1.01 SUBMITTALS A. Action Submittals: 1. Shop Fabricated Piping: Detailed pipe fabrication or spool drawings showing special fittings and bends, dimensions, coatings, and other pertinent information. 2. Pipe Corrosion Protection: Product data. B. Informational Submittals: Manufacturer's Certification of Compliance. 1.02 DELIVERY, STORAGE,AND HANDLING A. In accordance with Section 01600, Material and Equipment, and: 1. Flanges: Securely attach metal,hardboard, or wood protectors over entire gasket surface. 2. Threaded or Socket Welding Ends: Fit with metal, wood,or plastic plugs or caps. 3. Linings and Coatings: Prevent excessive drying. 4. Cold Weather Storage: Locate products to prevent coating from freezing to ground. 5. Handling: Use heavy canvas or nylon slings to lift pipe and fittings. PART 2 PRODUCTS 2.01 PIPING A. As specified on Piping Data Sheet(s) and Piping Schedule located at the end of this section as Supplement. B. Diameters Shown: 1. Standardized Products:Nominal size. 2.02 JOINTS A. Threaded Joints: NPT taper pipe threads in accordance with ASME B 1.20.1. CVO/321068A NOVEMBER 7,2005 15200 1 PROCESS PIPING-GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.03 PIPE CORROSION PROTECTION A. Coatings: See Section 09900, Painting and Protective Coatings, for details of coating requirements. B. Insulating Flanges, Couplings,And Unions: 1. Union Type, 2 Inches and Smaller: a. Screwed or solder joint. b. O-ring sealed with molded and bonded insulation to body. 2. Manufacturers and Products: a. Dielectric Flanges and Unions: 1) Pipeline Seal and Insulator,Inc., Houston, TX. 2) Central Plastics Co., Shawnee, OK. PART 3 EXECUTION 3.01 PREPARATION A. See Piping Schedule and Section 09900, Painting and Protective Coatings, for additional requirements. B. Notify Engineer at least 2 weeks prior to field fabrication of pipe or fittings. C. Inspect pipe and fittings before installation,clean ends thoroughly,and remove foreign matter and dirt from inside. D. Damaged Coatings and Linings: Repair using original coating and lining materials in accordance with manufacturer's instructions. 3.02 INSTALLATION—GENERAL A. Join pipe and fittings in accordance with manufacturer's instructions,unless otherwise shown or specified. B. Remove foreign objects prior to assembly and installation. C. Threaded and Coupled Joints: 1. Conform to ASME B 1.20.1. 2. Produce sufficient thread length to ensure full engagement when screwed home in fittings. 3. Countersink pipe ends, ream and clean chips and burrs after threading. 4. Make connections with not more than three threads exposed. 5. Lubricate male threads only with thread lubricant or tape as specified on Piping Data Sheets. CVO/321068A NOVEMBER 7, 2005 15200 2 PROCESS PIPING- GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.03 INSTALLATION—EXPOSED PIPING A. Piping Runs: Parallel to building or column lines and perpendicular to floor, unless shown otherwise. B. Unions: Provide at each piping connection to equipment or instrumentation on equipment side of each block valve to facilitate installation and removal. C. Install piping so that no load or movement in excess of that stipulated by equipment manufacturer will be imposed upon equipment connection; install to allow for contraction and expansion without stressing pipe,joints,or connected equipment. D. Piping clearance, unless otherwise shown: 1. Over Walkway and Stairs: Minimum of 7 feet 6 inches, measured from walking surface or stair tread to lowest extremity of piping system including flanges, valve bodies or mechanisms, insulation,or hanger/support systems. 2. Between Equipment or Equipment Piping and Adjacent Piping: Minimum 3 feet 0 inch, measured from equipment extremity and , , extremity of piping system including flanges,valve bodies or mechanisms, insulation, or hanger/support systems. 3. From Adjacent Work: Minimum 1 inch(es) from nearest extremity of completed piping system including flanges,valve bodies or mechanisms, insulation, or hanger/support systems. 4. Do not route piping in front of or to interfere with access ways, ladders, stairs,platforms, walkways, openings, doors, or windows. 5. Headroom in front of openings, doors, and windows shall not be less than the top of the opening. 6. Do not route piping over, around, in front of, in back of,or below electrical equipment including controls, panels, switches,terminals, boxes,or other similar electrical work. 3.04 PIPE CORROSION PROTECTION A. Insulating Flanges, Couplings, and Unions: 1. Applications: a. Dissimilar metal piping connections. b. Cathodically protected piping penetration to buildings. C. Submerged to unsubmerged metallic piping connections. d. Where required for electrically insulated connection. 2. Pipe Installation: CVO/321068A NOVEMBER 7,2005 15200 3 PROCESS PIPING-GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT a. Insulating joints connecting immersed piping to nonimmersed piping shall be installed above maximum water surface elevation. b. Align and install insulating joints according to manufacturer's recommendations to avoid damaging insulating materials. 3.05 BRANCH CONNECTIONS A. Do not install branch connections smaller than 1/2-inch nominal pipe size, including instrument connections, unless shown otherwise. B. When line of lower pressure connects to a line of higher pressure, requirements of Piping Data Sheet for higher pressure rating prevails up to and including the first block valve in the line carrying the lower pressure, unless otherwise shown. C. Threaded Pipe Tap Connections: 1. Welded Steel or Alloy Piping: Connect only with welded threadolet or half-coupling as specified on Piping Data Sheet. 2. Limitations: Threaded taps in pipe barrel are unacceptable. 3.06 VENTS AND DRAINS A. Vents and drains at high and low points in piping required for completed system may or may not be shown. Install vents on high points and drains on low points of pipelines only where shown. 3.07 CLEANING A. Following assembly and testing,and prior to final acceptance, flush pipelines (except as stated below) with water at 2.5 fps minimum flushing velocity until foreign matter is removed. B. If impractical to flush large diameter pipe at 2.5 fps or blow at 4,000 fpm velocity,clean in-place from inside by brushing and sweeping,then flush or blow line at lower velocity. C. Insert cone strainers in flushing connections to attached equipment and leave in-place until cleaning is complete. D. Remove accumulated debris through drains 2 inches and larger or by removing spools and valves from piping. 3.08 PIPE IDENTIFICATION A. As specified in Section 09900, Painting and Protective Coatings. CVO/321068A NOVEMBER 7,2005 15200 4 PROCESS PIPING- GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.09 FIELD QUALITY CONTROL A. Pressure Leakage Testing: As specified in Section 15955, Piping Leakage Testing. 3.10 SUPPLEMENTS A. The supplements listed below, following "End of Section," are a part of this Specification. 1. Piping Schedule Legend. 2. Piping Schedule. B. Data Sheet. Number Title -20 Type 304 Stainless Steel Tubing and Fittings END OF SECTION CVO/321068A NOVEMBER 7, 2005 15200 5 PROCESS PIPING-GENERAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PIPING SCHEDULE LEGEND SERVICE RW Raw Water EXPOSURE BUR Buried EXP Exposed SUB Submerged ENC Concrete Encased MATERIAL SST Stainless Steel WST Fabricated Welded Steel PRESSURE TEST H Hydrostatic I In Service P Pneumatic NA Not Applicable CVO/321068A NOVEMBER 7,2005 15200 SUPPLEMENT 1 PROCESS PIPING-GENERAL C .0 cd O N � 00-0 > W E Wz R R O�j. r� Z a e� � L L vi •� cli N Q L OQ h r � o E-� C 0 r� w •N � � U C,7 0 0 :+ C Cl P-.q u ? o 0 P-0 w y N N QI aui V] tn o 0. S) cl) V] a' as c 3 .7 CL o in a z � � H a W W u y N V] H N wz vwl EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 15200-20 TYPE 304 STAINLESS STEEL TUBING AND FITTINGS General Type 304 stainless steel tubing, fully annealed, and seamless MAXIMUM ALLOWABLE PRESSURE/TEMPERATURE Pressure, psig 3,700 Temperature, degrees F 60 Corrosion Allowance: 0.0 inch Notes: Item Size Description Tubing 1/2" Bare carbon steel,ASTM A179/A179M,Hardness 72 HRB, or less Tubing Schedule Size, OD 1/2" Min. Wall 0.049" Thickness Tube Fittings All Sizes Type 304 stainless steel, compression type flareless) Manufacturers All 1. Swagelok 2. Imperial Eastman END OF SECTION CVO/321068A NOVEMBER 7,2005 15200-20 1 DATA SHEET TYPE 304 STAINLESS STEEL TUBING AND FITTINGS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 15202 PROCESS VALVES AND OPERATORS PART1 GENERAL 1.01 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American National Standards Institute(ANSI). 2. American Society of Mechanical Engineers(ASME): ASME B 16.1, Cast Iron Pipe Flanges and Flanged Fittings. 3. American Society of Sanitary Engineers (ASSE): 1011, Performance Requirements for Hose Connection Vacuum Breakers. 4. American Water Works Association(AWWA): a. CI I I/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. b. C500, Metal-Seated Gate Valves for Water Supply Service. C. C504, Rubber-Seated Butterfly Valves. d. C508, Swing-Check Valves for Waterworks Service, 2 in. (50 mm)through 24 in. (600 mm)NPS. e. C509, Resilient-Seated Gate Valves for Water Supply Service. f. C510, Double Check Valve, Backflow Prevention Assembly. g. C511, Reduced-Pressure Principle Backflow Prevention Assembly. h. C540,Power-Actuating Devices for Valves and Sluice Gates. i. C550,Protective Epoxy Interior Coatings for Valves and Hydrants. j. C606, Grooved and Shouldered Joints. k. C800,Underground Service Line Valves and Fittings. 5. ASTM International (ASTM): a. A276, Standard Specification for Stainless Steel Bars and Shapes. b. A351/A351M, Standard Specification for Castings,Austenitic, Austenitic-Ferric(Duplex),for Pressure-Containing Parts. c. A564/A564M, Standard Specification for Hot-Rolled and Cold- Finished Age-Hardening Stainless Steel Bars and Shapes. d. B61, Standard Specification for Steam or Valve Bronze Castings. e. B62, Standard Specification for Composition Bronze or Ounce Metal Castings. f. B98/B98M, Standard Specification for Copper-Silicon Alloy Rod, Bar, and Shapes. g. B 127, Standard Specification for Nickel-Copper Alloy (UNS N04400) Plate, Sheet, and Strip. CVO/321068A NOVEMBER 7,2005 15202 1 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT h. B139, Standard Specification for Phosphor Bronze Rod, Bar and Shapes. i. B 164, Standard Specification for Nickel-Copper Alloy Rod,Bar, and Wire. j. B 194, Standard Specification for Copper-Beryllium Alloy Plate, Sheet, Strip, and Rolled Bar. k. B584, Standard Specification for Copper Alloy Sand Castings for General Applications. 1. D429, Standard Test Methods for Rubber Property-Adhesion to Rigid Substrates. m. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC)Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 6. Manufacturers Standardization Society(MSS): a. SP-81, Stainless Steel, Bonnetless, Flanged Knife Gate Valves. b. SP-88, Diaphragm Type Valves. 7. NSF International (NSF). 1.02 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Product data sheets for each make and model. Indicate valve Type Number, applicable Tag Number. b. Complete catalog information, descriptive literature, specifications, and identification of materials of construction. C. Power and control wiring diagrams, including terminals and numbers. d. Complete motor nameplate data. e. Sizing calculations for open-close/throttle valves. B. Informational Submittals: 1. Manufacturer's Certificate of Compliance, in accordance with Section 01640, Manufacturers' Services for: a. Electric operators; full compliance with AWWA C540. b. Butterfly valves; full compliance with AWWA C504. 2. Tests and inspection data. 3. Operation and Maintenance Data as specified in Section 0 173 0, Operating and Maintenance Data. 4. Manufacturer's Certificate of Proper Installation, in accordance with Section 01640,Manufacturers' Services. CVO/321068A NOVEMBER 7, 2005 15202 2 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT PART 2 PRODUCTS 2.01 GENERAL A. All valves to include operator,actuator,handwheel, chain wheel, extension stem, floor stand, worm and gear operator, operating nut, chain, wrench, and accessories for a complete operation. B. Valve to be suitable for intended service. Renewable parts not to be of a lower quality than specified. C. Valve same size as adjoining pipe. D. Valve ends to suit adjacent piping. E. Size operator to operate valve for the full range of pressures and velocities. F. Valve to open by turning counterclockwise. G. Factory mount operator, actuator, and accessories. 2.02 SCHEDULE A. Requirements relative to this section are shown on Pneumatic Operator Schedule located at the end of this section. 2.03 MATERIALS A. Bronze and brass valve components and accessories that have surfaces in contact with water to be alloys containing less than 16 percent zinc and 2 percent aluminum. 1. Approved alloys are of the following ASTM designations: B61,B62, 1398B98M (Alloy UNS No. C65100, C65500, or C66100), B139 (Alloy UNS No. C51000), B584 (Alloy UNS No. C90300 or C94700), B164, B194,and B127. 2. Stainless steel Alloy 18-8 may be substituted for bronze. 2.04 FACTORY FINISHING A. Epoxy Lining and Coating: 1. Use where specified for individual valves described herein. 2. In accordance with AWWA C550 unless otherwise specified. CVO/321068A NOVEMBER 7,2005 15202 3 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3. Either two-part liquid material or heat-activated(fusion)material except only heat-activated material if specified as"fusion"or"fusion bonded" epoxy. 4. Minimum 7-mil dry film thickness except where limited by valve operating tolerances. B. Exposed Valves: 1. In accordance with Section 09900, Painting and Protective Coatings. 2. Safety isolation valves and lockout valves with handles,handwheels, or chain wheels"safety yellow." 2.05 VALVES A. Gate Valves: 1. Type V 102 Gate Valve 3 Inches and Smaller: a. All-bronze, screwed bonnet, single solid wedge gate,rising stem, Class 125 rated 125 psi SWP, 200 psi CWP. b. Manufacturers and Products: 1) Crane; Figure 428,threaded ends. 2) Stockham; Figure B-100,threaded ends. 3) Crane; Figure 1334, soldered ends. 4) Stockham; Figure B-108, soldered ends. B. Globe Valves: 1. Type V236 Globe Style Hose Valve 1 Inch to 3 Inches: a. All bronze, screwed ends, inside screw,rising stem, TFE disc, outlet of cast brass NHT by NPT,male by male, nipple adapter with hexagonal wrench feature,rated 300 WOG. Coordinate hose thread type with Owner. b. Manufacturers and Products: 1) Stockham; Figure B-22T. 2) Crane Co.; Cat.No. 7TF. 3) Stockham; Figure B-222T. 4) Crane Co.; Cat.No. 17TF. 5) James Jones Co.;J-300 Series,angle fire hydrant valve with NPT inlet and National Hose thread outlet. 6) ITT Kennedy;Figure 936,angle fire hydrant valve with NPT inlet and National Hose thread outlet. CVO/321068A NOVEMBER 7, 2005 15202 4 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Ball Valves: 1. Type V300 Ball Valve 3 Inches and Smaller for General Water and Air Service: a. Two-piece end entry type, bronze body and end piece,hard chrome-plated bronze or brass ball, RTFE seats and packing, blowout-proof stem, zinc-coated steel hand lever operator with vinyl grip,rated 600-pound WOG, 150-pound SWP. b. Manufacturers and Products: 1) Threaded: a) Milwaukee; BA 100. b) Nibco; T-580-70. c) Conbraco Apollo; 70-100. 2) Soldered: a) Milwaukee; BA150. b) Nibco; 5-580-70. c) Conbraco Apollo; 70-200. D. Butterfly Valves: 1. General: a. AWWA C504 valves to be in full compliance with AWWA C504 and following requirements: 1) Suitable for throttling operations and infrequent operation after periods of inactivity. 2) Elastomer seats which are bonded or vulcanized to the body shall have adhesive integrity of bond between seat and body assured by testing, with minimum 75-pound pull in accordance with ASTM D429,Method B. 3) Bubble-tight with rated pressure applied from either side. 4) No travel stops for disc on interior of body. 5) Self-adjusting V-type or O-ring shaft seals. 6) Isolate metal-to-metal thrust bearing surfaces from flowstream. 7) Provide traveling nut or worm gear actuator with handwheel. Valve actuators to meet the requirements of AWWA C504. 8) Provide linings and coatings per AWWA unless otherwise indicated on the Drawings or specified. 2. Type V501 Butterfly Valve General Service 30 Inches to 120 Inches: a. Flanged end, short body type. b. AWWA C504, Class 75B. CVO/321068A NOVEMBER 7,2005 15202 5 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Cast iron body, ductile iron disc with Type 316 stainless steel seating edge, Type 304 stainless steel shafts, Buna-N rubber seat bonded or molded in body only. d. Manufacturers and Products: 1) Pratt; Model XR-70. 2) DeZurik;AWWA Valve. E. Check and Flap Valves: 1. Type V600 Check Valve 2 Inches and Smaller: a. All bronze,threaded cap,threaded or soldered ends, swing type replaceable bronze disc, rated 125-pound SWP, 200-pound WOG. b. Manufacturers and Products: 1) Stockham; Figure B-319,threaded ends. 2) Milwaukee; Figure 509,threaded ends. 3) Stockham; Figure B-309, soldered ends. 4) Milwaukee; Figure 1509, soldered ends. F. Self-Contained Automatic Valves: 1. Type V741 Air and Vacuum Valve 4 Inches to 16 Inches With Anti- Slam Device: a. Equipped with anti-slam device to throttle flow of water into air valve. Design anti-slam device to permit full, unrestricted flow of air into and out of air valve but reduce flow area for water to approximately 10 percent. b. Rated 150 psi working pressure, cast iron or ductile iron body and cover, stainless steel float and trim, built and tested to AWWA C512, ASME B16.1, Class 125 flanged inlet and plain outlet with protective hood. C. Provide air release valve and isolation gate valve to meet rated working pressure. Operating pressure is 25. d. Manufacturers and Products: 1) APCO Valve and Primer Corp.; Series 1900. 2) Val-Matic Valve; Series 1200/100. e. Air Set: Pressure regulator with internal relief, filter,outlet pressure gauge, and adjustable reduced pressure range as required by the valve actuator. 1) Aluminum body and handwheel. 2) Safety vented lockout isolation valve. 3) Gauge range 1-1/3 to 2 times maximum operating pressure. 4) Manufacturers and Products: a) Fisher Controls; Type 67 AFR. b) Masoneilan;No. 77-4. CVO/321068A NOVEMBER 7, 2005 15202 6 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.06 OPERATORS A. Manual Operator: 1. General: a. Operator force not to exceed 40 pounds under any operating condition, including initial breakaway. Gear reduction operator when force exceeds 40 pounds. b. Operator self-locking type or equipped with self-locking device. C. Position indicator on quarter-turn valves. d. Worm and gear operators one-piece design worm-gears of gear bronze material. Worm hardened alloy steel with thread ground and polished. Traveling nut type operators threader steel reach rods with internally threaded bronze or ductile iron nut. 2. Exposed Operator: a. Galvanized and painted handwheels. b. Lever operators allowed on quarter-turn valves 8 inches and smaller. C. Cranks on gear type operators. d. Chain wheel operator with tiebacks, extension stem, floor stands, and other accessories to permit operation from normal operation level. e. Valve handles to take a padlock, and wheels a chain and padlock. B. Pneumatic Operator: 1. General: a. Installed submerged in reservoir with 50 feet of head over operator. b. Suitable for full operation range of valve at air supply pressure indicated. 2. Cylinder Actuator: a. In compliance with AWWA C540. b. Air supply pressure of 80 psi. C. Nonswivel type totally enclosed: Factory lubricated and sealed requiring no additional lubrication. d. Double Acting: 1) All stainless steel for operation on nonlubricated air. 2) Handwheel override independent of cylinder. 3) Paint interior and exterior with holiday free epoxy paint. 4) Manufacturer and Product: Morin; Model 740. CVO/321068A NOVEMBER 7, 2005 15202 7 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT r PART 3 EXECUTION 3.01 INSTALLATION A. Flange Ends: 1. Flanged valve bolt holes shall straddle vertical centerline of pipe. 2. Clean flanged faces, insert gasket and bolts, and tighten nuts progressively and uniformly. B. Screwed Ends: 1. Clean threads by wire brushing or swabbing. 2. Apply joint compound. C. Valve Installation and Orientation: 1. General: a. Install valves so handles operate from fully open to fully closed without encountering obstructions. b. Install valves in location for easy access for routine operation and maintenance. C. Install valves per manufacturer's recommendations. ^ 2. Gate, Globe, and Ball Valves: a. Install operating stem vertical when valve is installed in horizontal runs of pipe having centerline elevations 4 feet 6 inches or less above finished floor, unless otherwise shown. b. Install operating stem horizontal in horizontal runs of pipe having centerline elevations greater than 4 feet 6 inches above finish floor, unless otherwise shown. 3. Butterfly Valves: a. Unless otherwise restricted or shown on Drawings, install valve a minimum of 8 diameters downstream of an elbow or branch tee and with shaft in horizontal position. b. For vertical elbow or branch tee immediately upstream of the valve, install valve with shaft in vertical position. C. For horizontal elbow or branch tee immediately upstream of the valve, install valve with shaft in horizontal position. d. When installed immediately downstream of a swing check, install valve with shaft perpendicular to swing check shaft. e. For free inlet or discharge into basins and tanks, install valve with shaft in vertical position. 4. Check Valves: a. Install valve in horizontal or vertical flow(up) flow piping only for liquid services. r CVO/321068A NOVEMBER 7, 2005 15202 8 PROCESS VALVES AND OPERATORS EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Install valve in vertical flow(up)piping only for gas services. C. Install swing check valve with shaft in horizontal position. D. Install a line size ball valve and union upstream of each solenoid valve, in-line flow switch, or other in-line electrical device, excluding magnetic flowmeters, for isolation during maintenance. E. Install safety isolation valves on compressed air. 3.02 TESTS AND INSPECTION A. Valve may be either tested while testing pipelines, or as a separate step. B. Test that valves open and close smoothly under operating pressure conditions. Test that two-way valves open and close smoothly under operating pressure conditions from both directions. C. Inspect air and vacuum valves as pipe is being filled to verify venting and seating is fully functional. D. Count and record number of turns to open and close valve; account for any discrepancies with manufacturer's data. E. Automatic valves to be tested in conjunction with control system testing. Set all opening and closing speeds as required or recommended by the Engineer. 3.03 SUPPLEMENT A. The supplement listed below, following "End of Section," is a part of this Specification. 1. Pneumatic Operator Schedule. END OF SECTION CVO/321068A NOVEMBER 7, 2005 15202 9 PROCESS VALVES AND OPERATORS W) V) V) o W 04 C � O U �, TWO WUA zePCd �+ o L ~ U M F u u U O W � a a w � 0 0 W � a O do as H °_° as b to 3 0 0 w 3 Z 0 a o bB bo G W U It p 304 as ID-4 o >~ W CL to rn o a U d > 'I) a W 0-4 > > 0 Q A d F °' o > N W U U EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 15955 PIPING LEAKAGE TESTING PART1 GENERAL 1.01 SUBMITTALS A. Informational Submittals: 1. Testing Plan: Submit prior to testing and include at least the information that follows. a. Testing dates. b. Piping systems and section(s)to be tested. C. Test type. d. Method of isolation. e. Calculation of maximum allowable leakage for piping section(s) to be tested. 2. Certifications of Calibration: Testing equipment. 3. Certified Test Report. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 PREPARATION A. Notify Engineer in writing 5 days in advance of testing. Perform testing in presence of Engineer. B. Pressure Piping: 1. Install temporary thrust blocking or other restraint as necessary to protect adjacent piping or equipment and make taps in piping prior to testing. 2. Prior to test, remove or suitably isolate appurtenant instruments or devices that could be damaged by pressure testing. 3. New Piping Connected to Existing Piping: Isolate new piping with grooved-end pipe caps, spectacle blinds, blind flanges, or as acceptable to Engineer. 4. Items that do not require testing include piping between wet wells and wet well isolation valves. 5. Test Pressure: As indicated on Piping Schedule. C. Test section may be filled with water and allowed to stand under low pressure prior to testing. CVO/321068A NOVEMBER 7, 2005 15955 1 PIPING LEAKAGE TESTING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.02 HYDROSTATIC TEST FOR PRESSURE PIPING A. Fluid: Clean water of such quality to prevent corrosion of materials in piping system. B. Exposed Piping: 1. Perform testing on installed piping prior to application of insulation. 2. Maximum Filling Velocity: 0.25 foot per second, applied over full area of pipe. 3. Vent piping during filling. Open vents at high points of piping system or loosen flanges, using at least four bolts, or use equipment vents to purge air pockets. 4. Maintain hydrostatic test pressure continuously for 30 minutes, minimum, and for such additional time as necessary to conduct examinations for leakage. 5. Examine joints and connections for leakage. 6. Correct visible leakage and retest as specified. 7. Leave pipe full of water after repair of leaks. 3.03 PNEUMATIC TEST FOR PRESSURE PIPING A. Do not perform on any system except as shown in Pipe Schedule. At=%, B. Fluid: Oil-free, dry air. C. Procedure: 1. Apply preliminary pneumatic test pressure of 25 psig maximum to piping system prior to final leak testing, to locate visible leaks. Apply soap bubble mixture to joints and connections; examine for leakage. 2. Correct visible leaks and repeat preliminary test until visible leaks are corrected. 3. Gradually increase pressure in system to half of specified test pressure. Thereafter, increase pressure in steps of approximately one-tenth of specified test pressure until required test pressure is reached. 4. Maintain pneumatic test pressure continuously for minimum of 10 minutes and for such additional time as necessary to conduct soap bubble examination for leakage. 5. Correct visible leakage and retest as specified. 3.04 HYDROSTATIC TEST FOR GRAVITY PIPING A. Testing Equipment Accuracy: Plus or minus 1/2-gallon water leakage under specified conditions. CVO/321068A NOVEMBER 7, 2005 15955 2 PIPING LEAKAGE TESTING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Defective Piping Sections: Replace or test and seal individual joints, and retest as specified. 3.05 FIELD QUALITY CONTROL A. Test Report Documentation: 1. Test date. 2. Description and identification of piping tested. 3. Test fluid. 4. Test pressure. 5. Remarks, including: a. Leaks (type, location). b. Repair/replacement performed to remedy excessive leakage. 6. Signed by Contractor and Engineer to represent that test has been satisfactorily completed. END OF SECTION long*, CVO/321068A NOVEMBER 7, 2005 15955 3 PIPING LEAKAGE TESTING EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT SECTION 16005 ELECTRICAL PART1 GENERAL 1.01 SUBMITTALS A. Action Submittals: 1. Boxes and device plates. 2. Junction and pullboxes. 3. Wiring devices. 4. Circuit breakers and switches. 5. Control devices,terminal blocks, and relays. 6. Support and framing channels. 7. Conduit, fittings, and accessories. 8. Conductors, cable, and accessories. 9. Local Control Panels: Arrangement drawings, schematic and wiring diagrams, bill of materials, nameplate schedule,manufacturer information on components. B. Informational Submittals: 1. Field test reports. 2. Signed permits indicating Work is acceptable to regulatory authorities having jurisdiction. 3. Operation and Maintenance Data: a. As specified in Section 01730, Operating and Maintenance Data. b. Provide for all equipment, as well as each device having features that can require adjustment, configuration, or maintenance. C. Minimum information shall include manufacturer's preprinted instruction manual, one copy of the approved submittal information for the item,tabulation of any settings, and copies of any test reports. 1.02 APPROVAL BY AUTHORITY HAVING JURISDICTION A. Provide the Work in accordance with NFPA 70,National Electrical Code (NEC). Where required by the Authority Having Jurisdiction(AHJ),material and equipment shall be labeled or listed by a nationally recognized testing laboratory or other organization acceptable to the AHJ, in order to provide a basis for approval under the NEC. CVO/321068A NOVEMBER 7, 2005 16005 1 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT B. Materials and equipment manufactured within the scope of standards published by Underwriters Laboratories, Inc. shall conform to those standards and shall have an applied UL listing mark or label. PART 2 PRODUCTS 2.01 GENERAL A. Products shall comply with all applicable provisions of NFPA 70. B. Like Items of Equipment: End products of one manufacturer in order to achieve standardization for appearance,operation,maintenance, spare parts, and manufacturer's service. C. Equipment Finish: 1. Manufacturer's standard finish color,except where specific color is indicated. 2. If manufacturer has no standard color,finish equipment in accordance with light gray color finish as approved by Owner. 2.02 OUTLET AND DEVICE BOXES A. Cast Metal: 1. Box: Cast ferrous metal. 2. Cover: Gasketed, weatherproof, and cast ferrous metal with stainless steel screws. 3. Hubs: Threaded. 4. Lugs: Cast Mounting. 5. Manufacturers and Products,Nonhazardous Locations: a. Crouse-Hinds; Type FS or FD. b. Appleton; Type FS or FD. 6. Manufacturers and Products,Hazardous Locations: a. Crouse-Hinds; Type GUA or EAJ. b. Appleton; Type GR. 2.03 JUNCTION AND PULL BOXES A. Outlet Boxes Used as Junction or Pull Box:As specified under Article Outlet and Device Boxes. B. Conduit Bodies Used as Junction Boxes: As specified under Article Conduit and Fittings. CVO/321068A NOVEMBER 7, 2005 16005 2 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.04 WIRING DEVICES A. Receptacle, Single and Duplex: 1. NEMA WD 1 and FS W-C-596. 2. Specification grade,two-pole,three-wire grounding type with screw type wire terminals suitable for No. 10 AWG. 3. High strength,thermoplastic base color. 4. Color: Ivory. 5. Contact Arrangement: Contact to be made on two sides of each inserted blade without detent. 6. Rating: 125 volts,NEMA WD 1, Configuration 5-20R, 20 amps. 7. One-piece mounting strap with integral ground contact(rivetless construction). 8. Manufacturers and Products: a. Arrow Hart; 5262 Series. b. Leviton; 5262/5362 Series. C. Bryant; 5262/5362 Series. d. Hubbell; 5262/5362 Series. B. Receptacle, Special-Purpose: 1. Rating and number of poles as shown or as required for anticipated purpose. 2. One matching plug with cord-grip features for each special-purpose receptacle. 2.05 DEVICE PLATES A. General: Sectional type plates not permitted. B. Cast Metal: 1. Material: Malleable ferrous metal,with gaskets. 2. Screw: Oval-head stainless steel. 2.06 CIRCUIT BREAKER,INDIVIDUAL, 0 TO 600 VOLTS A. UL 489 listed for use at location of installation. B. Minimum Interrupt Rating: To match existing panelboards. C. Thermal-magnetic, quick-make,quick-break, indicating type showing ON/OFF and TRIPPED indicating positions of operating handle. CVO/321068A NOVEMBER 7, 2005 16005 3 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Suitable for use with 75 degrees C wire at full NFPA 70, 75 degrees C ampacity. E. Enclosure: Install in existing panelboard. F. Manufacturers shall be compatible with existing panelboard. 2.07 SELECTOR SWITCHES A. Type: Heavy-duty, oiltight. Provide contact arrangements,colors, inscriptions, and functions as shown. B. Contact Rating:NEMA ICS 2,Type A600. C. Unless otherwise shown,provide the following features: 1. Selector Switch Operating Lever: Standard. 2. OPEN/CLOSE maintained contact switch. D. Legend Plate: 1. Material: Aluminum. 2. Engraving: Indicating specific function, or as shown. 3. Letter Height: 7/64 inch. E. Manufacturers and Products: 1. General Electric Co.;Type CR 104P. 2. Square D Co.; Type T. 3. Eaton; Type 10250T. 2.08 TERMINAL BLOCKS A. Type: UL 1059. Compression screw clamp, with current bar providing direct contact with wire and yoke,with individual rail mounted terminals. Marking system shall permit use of preprinted or field-marked tags. B. Yokes and Clamping Screws: Zinc-plated,hardened steel. C. Rating: 600V ac. D. Manufacturers: 1. Weidmuller,Inc. 2. Ideal. CVO/321068A NOVEMBER 7, 2005 16005 4 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2.09 SUPPORT AND FRAMING CHANNELS A. Carbon Steel Framing Channel: 1. Material: Rolled,mild strip steel, 12 gauge, ASTM A 1011/A1011 M, Grade 33. 2. Finish: Hot-dip galvanized after fabrication. B. Manufacturers: 1. B-Line Systems, Inc. 2. Unistrut Corp. 2.10 NAMEPLATES A. Material: Laminated plastic. B. Attachment: Stainless steel panhead screws. C. Color: Black, engraved to a white core, or as shown. D. Engraving: 1. Devices and Equipment:Name or tag shown, or as required. 2. Minimum Requirement: Label local control panels. E. Letter Height: 1/4 inch. 2.11 CONDUIT AND FITTINGS A. Rigid Galvanized Steel Conduit(RGS): 1. Meet requirements of NEMA C80.1 and UL 6. 2. Material: Hot-dip galvanized, with chromated protective layer. B. Flexible Metal, Liquid-Tight Conduit: 1. UL 360 listed for 105 degrees C insulated conductors. 2. Material: Galvanized steel, with an extruded PVC jacket. C. Fittings: 1. Provide bushings, grounding bushings, conduit hubs, conduit bodies, couplings, unions, conduit sealing fittings, drain seals, drain/breather fittings, expansion fittings, and cable sealing fittings, as applicable. 40ftk 2. Rigid Galvanized Steel: a. Meet requirements of UL 514B. CVO/321068A NOVEMBER 7, 2005 16005 5 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT b. Type: Threaded, galvanized. 3. Flexible Metal, Liquid-Tight Conduit: a. Metal insulated throat connectors with integral nylon or plastic bushing rated for 105 degrees C. b. Insulated throat and sealing O-rings. 2.12 CONDUIT ACCESSORIES A. Raceway Band: 1. Slip-on Type: a. Provide heat-shrinkable, black, medium-wall polyolefin tubing with factory-applied adhesive/sealant. Select product size based upon raceway outside diameter. b. Manufacturer and Product: 3M; Type IMCSN, medium wall cable sleeve. 2. Wrap-around Type: a. Provide 4-inch width, 20-mil thickness, nonprinted black PVC corrosion protection tape with primer. b. Manufacturer and Product: 3M; Type Scotchrap 51 with Scotchrap Pipe Primer. 2.13 CONDUCTORS AND CABLES A. Conductors 600 Volts and Below: 1. Conform to applicable requirements of NEMA WC 71, WC 72, and WC 74. 2. Conductor Type: a. 120- and 277-Volt Lighting,No. 10 AWG and Smaller: Solid copper. b. 120-Volt Receptacle Circuits,No. 10 AWG and Smaller: Solid copper. C. All Other Circuits: Stranded copper. 3. Insulation: Type THHN/THWN. B. Accessories: 1. Tape: a. General Purpose, Flame Retardant: 7 mils,vinyl plastic, Scotch Brand 33,rated for 90 degrees C minimum, meeting requirements of UL 510. b. Flame Retardant, Cold and Weather Resistant: 8.5 mils, vinyl plastic, Scotch Brand 88. C. Arc and Fireproofing: 1) 30 mils, elastomer. CVO/321068A NOVEMBER 7, 2005 16005 6 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2) Manufacturers and Products: a) 3M; Scotch Brand 77, with Scotch Brand 69 glass cloth tapebinder. b) Plymount; Plyarc 53, with Plyglas 77 glass cloth tapebinder. 2. Identification Devices: a. Sleeve-type, permanent, PVC,yellow or white,with legible machine-printed black markings. b. Manufacturer and Products: Raychem; Type D-SCE or ZH-SCE. 3. Connectors and Terminations: a. Nylon, Self-Insulated Crimp Connectors: 1) Manufacturers and Products: a) Thomas & Betts; Sta-Kon. b) Burndy; Insulug. c) ILSCO. 4. Self-Insulated, Freespring Wire Connector(Wire Nuts): a. Plated steel, square wire springs. b. UL Standard 486C. C. Manufacturers and Products: 1) Thomas & Betts. 2) Ideal; Twister. �► 5. Cable Ties: a. Nylon, adjustable, self-locking, and reusable. b. Manufacturer and Product: Thomas & Betts; TY-RAP. 6. Heat Shrinkable Insulation: a. Thermally stabilized, crosslinked polyolefin. b. Manufacturer and Product: Thomas& Betts; SHRINK-KON. 2.14 LOCAL CONTROL PANELS A. Enclosure: 1. NEMA 250, Type 12, or as shown. 2. Minimum Metal Thickness: 14 gauge. 3. Doors: Rubber gasketed with continuous hinge. 4. Finish: Gray. 5. Size panels to adequately dissipate heat generated by equipment mounted in or on panel. 6. Mount internal and door-mounted devices as shown. 7. Manufacturer: a. Hoffman. b. H. F. Cox. B. Functions: As shown on schematic diagram(s). CVO/321068A NOVEMBER 7, 2005 16005 7 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Wiring: 1. Power and Control Wiring: a. 600-volt class, insulated, stranded copper. b. Size: Minimum 14 AWG enclosed in either sheet metal raceway or plastic wiring duct. 2. Signal Circuit Wiring: Twisted shielded pairs minimum No. 16 AWG, separated at least 6 inches from power wiring. 3. Device Identification: Provide engraved plastic nameplates. PART 3 EXECUTION 3.01 GENERAL A. Install materials and equipment in accordance with manufacturer's instructions and recommendations. B. Work shall comply with all applicable provisions of NECA 1. C. Electrical Drawings show general locations of equipment, devices, and raceway, unless specifically dimensioned. 3.02 DEMOLITION A. General Demolition: 1. Where shown, de-energize and disconnect nonelectrical equipment for removal by others. 2. Where shown, de-energize,disconnect, and remove electrical equipment. 3. Remove affected circuits and raceways back to serving panelboard or control panel. Where affected circuits are consolidated with others, remove raceways back to first shared condulet or box. Where underground or embedded raceways are to be abandoned,remove raceway to 1 inch below surface of structure or 12 inches belowgrade and restore existing surface. 3.03 PROTECTION FOLLOWING INSTALLATION A. Protect materials and equipment from corrosion,physical damage, and effects of moisture on insulation. B. Cap conduit runs during construction with manufactured seals. C. Close openings in boxes or equipment during construction. D. Energize space heaters furnished with equipment. CVO/321068A NOVEMBER 7, 2005 16005 8 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT Avwlk 3.04 OUTLET AND DEVICE BOXES A. Install suitable for conditions encountered at each outlet or device in wiring or raceway system, sized to meet NFPA 70 requirements. B. Size: 1. Depth: Minimum 2 inches, unless otherwise required by structural conditions. Box extensions not permitted. 2. Receptacle: Minimum 2-inch by 4-inch sheet steel device box. C. Locations: 1. Drawing locations are approximate. 2. To avoid interference with mechanical equipment or structural features, relocate outlets as directed by Owner. D. Mounting Height: 1. General: a. Dimensions given to centerline of box. b. Where specified heights do not suit building construction or finish, mount as directed by Owner. E. Install plumb and level. F. Flush Mounted: 1. Install with concealed conduit. 2. Install proper type extension rings or plaster covers to make edges of boxes flush with finished surface. G. Support boxes independently of conduit by attachment to building structure or structural member. 3.05 JUNCTION AND PULL BOXES A. Install where shown and where necessary to terminate, tap-off, or redirect multiple conduit runs. B. Install pull boxes where necessary in raceway system to facilitate conductor installation. C. Install in conduit runs at least every 150 feet or after the equivalent of three right-angle bends. CVO/321068A NOVEMBER 7, 2005 16005 9 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT D. Use outlet boxes as junction and pull boxes wherever possible and allowed by applicable codes. E. Use conduit bodies as junction and pull boxes where no splices are required and their use is allowed by applicable codes. F. Installed boxes shall be accessible. G. Do not install on finished surfaces. H. Install plumb and level. I. Support boxes independently of conduit by attachment to building structure or structural member. J. Mounting Hardware: Galvanized. 3.06 WIRING DEVICES A. Receptacles: 1. Install with grounding slot down, except where horizontal mounting is shown, in which case install with neutral slot up. 2. Special-Purpose Receptacles: Install in accordance with manufacturer's instructions. 3.07 DEVICE PLATES A. Securely fasten to wiring device; ensure a tight fit to box. B. Surface Mounted: Plate shall not extend beyond sides of box, unless plates have no sharp corners or edges. C. Install with alignment tolerance to box of 1/16 inch. 3.08 TERMINAL BLOCKS A. Install for termination of control circuits entering or leaving equipment and local control panels. 3.09 SUPPORT AND FRAMING CHANNELS A. Install where required for mounting and supporting electrical equipment and raceway systems. B. Paint carbon steel channel cut ends prior to installation with zinc-rich primer. CVO/321068A NOVEMBER 7, 2005 16005 10 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 3.10 NAMEPLATES A. Provide identifying nameplate on all equipment. 3.11 CONDUIT AND FITTINGS A. General: 1. Crushed or deformed raceways not permitted. 2. Maintain raceway entirely free of obstructions and moisture. 3. Immediately after installation,plug or cap raceway ends with watertight and dust-tight seals until time for pulling in conductors. 4. Sealing Fittings: Provide drain seal in vertical raceways where condensate may collect above sealing fitting. 5. Avoid moisture traps where possible. When unavoidable in exposed conduit runs,provide junction box and drain fitting at conduit low point. 6. Group raceways installed in same area. 7. Follow structural surface contours when installing exposed raceways. Avoid obstruction of passageways. 8. Run exposed raceways parallel or perpendicular to walls, structural members, or intersections of vertical planes. 9. Block Walls: Do not install raceways in same horizontal course with reinforcing steel. 10. Install watertight fittings in outdoor, underground, or wet locations. 11. Paint threads and cut ends, before assembly of fittings, or galvanized conduit installed in exposed or damp locations with zinc-rich paint or liquid galvanizing compound. 12. Metal conduit to be reamed,burrs removed, and cleaned before installation of conductors, wires,or cables. 13. Do not install raceways in concrete equipment pads, foundations, or beams. 14. Horizontal raceways installed under floor slabs shall lie completely under slab,with no part embedded within slab. 15. Install concealed, embedded, and buried raceways so that they emerge at right angles to surface and have no curved portion exposed. B. Connections: 1. For motors-, wall-,or ceiling-mounted fans and unit heaters, dry type transformers,electrically operated valves, instrumentation,and other equipment where flexible connection is required to minimize vibration: a. General: Flexible metal, liquid-tight conduit. b. Length: 18 inches minimum, 60 inches maximum, sufficient to allow movement or adjustment of equipment. CVO/321068A NOVEMBER 7, 2005 16005 11 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Penetrations: 1. Make at right angles, unless otherwise shown. 2. Notching or penetration of structural members, including footings and beams, not permitted. 3. Fire-Rated Walls, Floors, or Ceilings: Firestop openings around penetrations to maintain fire-resistance rating. 4. Concrete Walls, Floors, or Ceilings (Aboveground): Provide nonshrink grout dry-pack. 5. Entering Structures: a. General: Seal raceway at the first box or outlet with oakum or expandable plastic compound to prevent the entrance of gases or liquids from one area to another. b. Concrete Roof or Membrane Waterproofed Wall or Floor: Provide watertight seal. C. Existing or Precast Wall (Underground): Core drill wall and install watertight entrance seal device. d. Nonwaterproofed Wall or Floor(Underground, without Concrete Encasement): 1) Provide Schedule 40 galvanized pipe sleeve or watertight entrance seal device. 2) Fill space between raceway and sleeve with expandable ^ plastic compound or oakum and lead joint on each side. D. Support: 1. Support from structural members only, at intervals not exceeding NFPA 70 requirements, and in any case not exceeding 10 feet. Do not support from piping, pipe supports, or other raceways. 2. Application/Type of Conduit Strap: a. Steel Conduit: Zinc-coated steel,pregalvanized steel,or malleable iron. 3. Provide and attach wall brackets, strap hangers, or ceiling trapeze as follows: a. Wood: Wood screws. b. Hollow Masonry Units: Toggle bolts. C. Concrete or Brick: Expansion shields, or threaded studs driven in by powder charge, with lock washers and nuts. d. Steelwork: Machine screws. e. Location/Type of Hardware: Galvanized. E. Bends: 1. Install concealed raceways with a minimum of bends in the shortest practical distance. ^ CVO/321068A NOVEMBER 7, 2005 16005 12 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Make bends and offsets of longest practical radius. Bends in conduits and ducts being installed for fiber optic cables shall be not less than 20 times cable diameter, 15 inches minimum. 3. Install with symmetrical bends or cast metal fittings. 4. Avoid field-made bends and offsets, but where necessary, make with acceptable hickey or bending machine. Do not heat metal raceways to facilitate bending. 5. Make bends in parallel or banked runs from same center or centerline with same radius so that bends are parallel. 6. Factory elbows may be installed in parallel or banked raceways if there is change in plane of run and raceways are same size. 7. Flexible Conduit: Do not make bends that exceed allowable conductor bending radius of cable to be installed or that significantly restricts conduit flexibility. F. Expansion and Deflection Fittings: Provide on all raceways at structural expansion joints and in long tangential runs. G. Termination at Enclosures: 1. Cast Metal Enclosure: Provide manufacturer's premolded insulating Atook sleeve inside metallic conduit terminating in threaded hubs. 2. Sheet Metal Boxes, Cabinets, and Enclosures: a. Rigid Galvanized Conduit: 1) Provide one lock nut each on inside and outside of enclosure. 2) Install grounding bushing. 3) Provide bonding jumper from grounding bushing to equipment ground bus or ground pad; if neither ground bus nor pad exists, connect jumper to lag bolt attached to metal enclosure. 4) Install insulated bushing on ends of conduit where grounding is not required. 5) Provide insulated throat when conduit terminates in sheet metal boxes having threaded hubs. 6) Utilize sealing locknuts or threaded hubs on outside of NEMA 3R and NEMA 12 enclosures. b. Flexible Metal Conduit: Provide two-screw type, insulated, malleable iron connectors. CVO/321068A NOVEMBER 7, 2005 16005 13 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT H. Raceway Band: 1. Install wherever metallic conduit emerges from concrete slabs. Not required with PVC-coated RGS conduit. Center band at slab surface and install according to manufacturer's instructions. a. Slip-on Type: Clean conduit surface at installation location. Cut tubing to 4-inch minimum lengths and slip onto raceway prior to slab placement and termination of conduit. Heat-shrink onto conduit. b. Wrap-around Type: Use where slip-on access to conduit is not possible. Clean conduit surface at installation location. Apply primer. Apply wraps to provide two layers of tape. Neatly finish tape end to prevent unraveling. 3.12 CONDUCTORS AND CABLES A. Conductor storage, handling, and installation shall be in accordance with manufacturer's recommendations. B. Do not exceed manufacturer's recommendations for maximum pulling tensions and minimum bending radii. C. Conduit system shall be complete prior to drawing conductors. Lubricate prior to pulling into conduit. Lubrication type shall be as approved by conductor manufacturer. D. Terminate all conductors and cables, unless otherwise shown. E. Do not splice conductors, unless specifically indicated or approved by Engineer. F. Bundling: Where single conductors and cables in manholes, handholes,vaults, cable trays,and other indicated locations are not wrapped together by some other means, bundle conductors from each conduit throughout their exposed length with cable ties placed at intervals not exceeding 12 inches. G. Wiring within Equipment and Local Control Panels: Remove surplus wire, dress, bundle, and secure. H. Power Conductor Color Coding: 1. No. 8 AWG and Smaller: Provide colored conductors. 2. Colors: a. Neutral Wire: White. b. Live Wires, 120/240-Volt, Single-Phase System: Black, red. CVO/321068A NOVEMBER 7, 2005 16005 14 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT C. Live Wires, 120/208-Volt, Three-Phase System: Black, red, or blue. d. Live Wires, 277/480-Volt, Three-Phase System: Brown, orange, or yellow. e. Ground Wire: Green. 1. Circuit Identification: 1. Assign circuit name based on device or equipment at load end of circuit. Where this would result in same name being assigned to more than one circuit, add number or letter to each otherwise identical circuit name to make it unique. 2. Method: Identify with sleeves. Taped-on markers or tags relying on adhesives not permitted. J. Connections and Terminations: 1. Install wire nuts only on solid conductors. 2. Install nylon self-insulated crimp connectors and terminators for instrumentation and control circuit conductors. 3. Tape insulate all uninsulated connections. 4. Install crimp connectors and compression lugs with tools approved by connector manufacturer. 3.13 GROUNDING A. Grounding shall be in compliance with NFPA 70 and as shown. B. Equipment Grounding Conductors: Provide in all conduits containing power conductors and control circuits above 50 volts. 3.14 FIELD QUALITY CONTROL A. General: 1. Perform inspection and electrical tests after equipment has been installed. 2. Inspection and electrical tests on energized equipment are to be: a. Scheduled with Owner prior to de-energization. b. Minimized to avoid extended period of interruption to the operating plant equipment. B. Tests and inspection shall establish that: 1. Electrical equipment is operational within industry and manufacturer's tolerances. CVO/321068A NOVEMBER 7, 2005 16005 15 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT 2. Installation operates properly. 3. Equipment is suitable for energization. 4. Installation conforms to requirements of Contract Documents and NFPA 70. C. Perform inspection and testing in accordance with NETA ATS, industry standards, and manufacturer's recommendations. D. Adjust mechanisms and moving parts for free mechanical movement. E. Adjust adjustable relays and sensors to correspond to operating conditions, or as recommended by manufacturer. F. Verify nameplate data for conformance to Contract Documents. G. Realign equipment not properly aligned and correct unlevelness. H. Properly anchor electrical equipment found to be inadequately anchored. I. Tighten accessible bolted connections, including wiring connections,with calibrated torque wrench to manufacturer's recommendations, or as otherwise specified. J. Clean contaminated surfaces with cleaning solvents as recommended by manufacturer. K. Provide proper lubrication of applicable moving parts. L. Investigate and repair or replace: 1. Electrical items that fail tests. 2. Active components not operating in accordance with manufacturer's instructions. 3. Damaged electrical equipment. M. Electrical Enclosures: 1. Remove foreign material and moisture from enclosure interior. 2. Vacuum and wipe clean enclosure interior. 3. Remove corrosion found on metal surfaces. 4. Repair or replace, as determined by Engineer, door and panel sections having damaged surfaces. 5. Replace missing or damaged hardware. N. Provide certified test report(s) documenting the successful completion of specified testing. Include field test measurement data. CVO/321068A NOVEMBER 7, 2005 16005 16 ELECTRICAL EAGLE MOUNTAIN RAW WATER INTAKE IMPROVEMENT PROJECT O. Controls: 1. Test control and signal wiring for proper termination and function. 2. Test local control panels and other control devices for proper terminations, configuration and settings, and functions. 3. Demonstrate control, monitoring, and indication functions in presence of Owner and Engineer. END OF SECTION CVO/321068A NOVEMBER 7,2005 16005 17 ELECTRICAL PART F BONDS & INSURANCE ACORD- CERTIFI+CATEOF LIABILITY INSURANCE DA01/11/06) PRODUCER Risk Services, Inc. of Illinois THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY Aon 200 East Randolph AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS Chicago IL 60601 USA CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PHONE-(312) 381-1000 FAX-(312) 381-0125 INSURERS AFFORDING COVERAGE INSURED INSURER A: ACE American Insurance Company Archer western Contractors, Ltd. INSURER B: Westchester Fire Insurance Co 2121 Avenue J Suite 103 INSURER C: Arlington TX 76006 USA w INSURER D: .0 a INSURER E: 'L7 COVERAGES This Certificate is not intended to specify ali endorsements coverages,terms ccmditions and exclusions of the policies shown. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING 9 ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY _ PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(A4N\DD\YY) DATE(bIl11\DD\YY) 00 LIMITS m A GENERAL LIABILITY HDOG18401927 06/01/05 06/01/06 EACH OCCURRENCE $900,000 v X rn COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any me fire $300,000 kD CLAIMS MADE❑X OCCUR MED EXP(Any one person) $10,000 O n PERSONAL&ADV INJURY $900,000 GENERAL AGGREGATE $1,800,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO PRODUCTS-COMP/OP AGG $1,800,000 POLICY E JECT LOC C z AC LIABHM'Y CALH08009090 06/01/05 06/01/06 COMBINED SINGLE LIMIT V X ANY AUTO (Ea accident) $2,0N,000 a ALL OWNED AUTOS BODILY INJURY V SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG B EXCESS LIABILITY CUW 06/01/05 EACH OCCURRENCE $10,000,000 X OCCUR ❑ CLAIMS MADE AGGREGATE $10,000,000 DEDUCTIBLE RETENTION A WLRC44187577 06/01/05 06/01/06 X WC STATU- OTH- A WORKERS COMPENSATION AND SCFC44187619 TORY LIMITS ER EMPLOYERS'I.IABILrTY 06/01/05 06/01/06 ES„EACH ACCIDENT $1,000,000 I L.DISEASE-POLICY LIMIT $1,000,000 E.L.DISEASE-EA EMPLOYEE $1,000,000 4� OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project: Eagle Mountain Raw water Intake Archer western job #:206003. (See Attached) din CERT LATE HOLDER CANCI:I.L t 1710IIN City of Fort worth water Department THE AB( EDESCR. JRE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 100 Th Street 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fort worth, rton TX 76102 USA BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVEMCORD 25-S 7 _ RD ATION 1989 r e INSURED archer western Contractors, Ltd. 2121 avenue Suite 103 Arlington TX 76006 USA Attachment 1. City of Fort worth (owner) 2. CH2M Hill (engineer) 3. Freese & Nichols, Inc. (Construction Manager) are an Additional insureds pertaining to General liability with respects to liability arising out of the Named Insured's operations on the referenced project. Professional services for Architects, engineers, Consultants, etc. are excluded. Certificate No: 570016341385 BOND NO. 8 SB 104491541 BCM .� PERFORMANCE BOND STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS That we (1) Archer Western Contractors, Ltd. a(2) Corporation , of Illinois hereinafter called Principal, and (3) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of: One Million Seven Hundred Thirty Thousand Dollars & 00/100 ($ 1 ,730,000 ) Dollars in lawful money of the United States,to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the j14 day of f�brv<<y , A.D., 2.00 to , a copy of which is hereto attached and made a part hereof, for the construction of: Eagle Mountain Raw Water Intake Improvements designated as Project No. (s) P164-060164052004, a copy of which contract is hereby attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". OFFICIAL Bob Cfly CHUT Part F F-1 M� 1X$ 11/7/05 NOW, THEREFORE, if the Principal shall well, truly, and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and he shall satisfy all claims and demands incurred under the contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder, or the specifications accompanying the same shall in any way affect f 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 or to the specifications. Part F F-2 i inion six IN WITNESS WHEREOF, this instrument is executed irLYAW counterparts each one of which shall be deemed an original, this the ILA day of Fc bry t ,A.D.,200X. 4:. Archer Western Contractors, Ltd. ATTEST: PRIM PAL ) BY: _.._. r/y( jot ew sh/President (Principal) Secretary 2121 Avenue 'J' , Suite 103 _--- (SEA,-- _- Arlington, TX 76006 (Address) Witness as to Princ' al 929 W. Adams, Chicago, IL 60607 Address TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety A%=XXX WITNESS: BY: (Att e -in-fact) (5) EILEEN LUCITT (Surety) Slau 215 Shuman Blvd., Naperville, IL 60563 llix (Address)^ - -, _ 7— (SEAL) NOTE: Date of Bond must noflc,4 for to date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an �9,Q►,� Individual, as the case may be Witness as to Surety (3) Correct name of Surety BRIAN LUCITT (4) If Contractor is Partnership, all Partners 5337 W. LePalm, Oak Forest, IL 60452 should execute Bond ,,. (Address) (5) A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact Part F F-3 i inm TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 061839062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hii tford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Kevin P. Nagel, and Eileen Lucitt,of Park Ridge/Crestwood,Illinois,their true and_lgwtil Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge,at any place Wlfltih theTr�itc_d States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances,-contracts-of ani J ,v nity,acid other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents ire ,dery-he-�.0, not limited to a specked dollar amount, and to bind the Companies,thereby as fully and to the same extent as if the same were _i }ed by the duly authorized officers of the Companies,and all the acts of said Attorney(s)in-Fact,pursuant to the authority herein gii t n are hereby ratified and confirmed. This appointment is made tinder and by authority of the following Standing Resolutions of said Companies,which Resolutions are now in full force and effect: STATE OF ILLINOIS I, BONNIE J. ROSE:NOY a Notary Public in and for.said'County and SS. State, do hereby certify that Resident COUNTY OF COOK ) Via President, and Resident Assistant Secretary, EILEEN LUCITT Attorney-in-Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, "OFFICIAL SEAL" who is personally known to me to be the same person_whose name is subscribed to the foregoing instrument, appeared before me this BONNIE J.ROSENOW day in person, and acknowledged that he signed, sealed.and Notary Public,State of Illinois delivered said instrument, for and on behalf of TRAVELERS CASUALTY My Commission Expires 1-12-2010 AND SURETY COMPANY OF Al ERICA, for the uses and pt rposcs therein set i I-th. Given under my hand and notarial seal, this i'A day of e 6erv,. 2006 5-2429(07-97) - „/ Notary Public COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (02-05)Special Wording IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President,and their corporate seals to be hereto affixed this 23rd day of December,2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD V0 sup �Y (Y Ahpa GASU,��r y " KwrFomVffFM ,`"A �r 19 8 2j� o BY George W.Thompson Senior Vice President On this 23rd day of December, 2005 before me personally came GEORGE W. THOMPSON to me known,who,being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument;that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. 0.7R? * Al/lsl1� ,w My commission expires June 30,2006 NotaryPublic Marie C.Tetreault CERTIFICATE (' the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANYf stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and furthermore,that the Standing Resolutions of the Boards of Directors,as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford,State of Connecticut. Dated this day of }-V for V cry 12006 SUR S � �(Y AMpa pASU& 01 l s FIARIFORD, t 19 ti 2 p Byd Nicholas Seminars Senior Vice President ~ .,� STPAUL ri TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. BOND NO. 8 SB 104491541 BCM PAYMENT BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS, That we (1) Archer Western Contractors, Ltd. (2) Corporation of Illinois ,-hereinafter called Principal, and (3) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials, for or perform labor upon the building or improvements hereinafter referred to in the penal sum of: One Million Seven Hundred Thirty Thousand Dollars & 00/100 $ 1,730,000 ) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the ISI day of c bfv":L , A.D. t �, , a copy of which is hereto attached and made a part hereof, for the construction of: Eagle Mountain Raw Water Intake Improvements designated as Project No. (s) P 164-060164052004, a copy of which contract is hereby attached, referred to, and made a part hereof as fully and to the same claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statues. OFFICIAL WORD cm SICIETARY it IR19111' TEX, Part F Payment Bond F-1 11/07/2005 PROVIDED FURTHER that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, that said Surety, for value received,hereby stipulates and agrees that no charge, extension of time, alteration or addition to the terms extent as if copied at length herein, such project and construction being hereafter referred to as the "work". NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make a payment to all claimants as defined in Article 5160, Revised Civil Statues of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way 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 or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. Part F Payment Bond F-2 11/07/2005 six IN WITNESS WHEREOF, this instrument is executed in 9W counterparts each one of which shall be deemed an original, this the ILI day of A.D., 200,X. �O Archer Western Contract rs, Ltd. ATTEST: fPNjjPr) c BY: 0;&� E_ Matt e a sh/P esident ( rincipal) Secretary 2121 Ave. 'J' . 6103. Arlington, TX 76006 (SEAL) (Address) Witness as to Principa 929 W. Adams, Chicago, 60607 Address TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA S ety. MUM WITNESS: BY: (Attorn in-fact) (5) EILEEN LUCITT 215 Shuman Blvd. , Naperville, IL 60563 (Surety) (Addrdss) - (SEAL) . r NOTE: Date of Bond must not be prior to date of Contract BRIAN LUCITT (1) Correct Name of Contractor (2)A Corporation, a Partnership or an Witness as to Surety Individual, as the case may be 5337 W. LePalm, Oak Forest, IL 60452 (3) Correct name of Surety (4) If Contractor is Partnership, all Partners (Address) should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact Part F Payment Bond F-3 11/07/2005 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 061839062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do_by-tl;ese presents make, constitute and appoint: Kevin P. Nagel, and Eileen Lucid, of Park Ridge/Crestwood, Hllnols, their,ttue and lawful Attorneys)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge,aE any-place within-the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances,.contracts�f indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and ail consents incident thereto, not limited to a specified dollar amount, and to bind the Companies,thereby as fully and to the same extent-AS if tE q same were signed by the duly authorized officers of the Companies,and all the acts of said Attomey(s)in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies,which Resolutions are now in full force and effect: --n__ :,_.,• e.,.,e.n;nr Vise President anv Vice President,any STATE OF ILLINOIS BONNIE J. ROSENOw I, a Notary Public in and for said County and SS. State, do hereby certify that Resident COUNTY OF COOK ) Vice President, and Resident Assistant Secretary, fiILEEN -LUCITTT Attorney-in-Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, "OFFICIAL SEAL" who is personally known to me to be the same person-whose BONNIE J.ROSENOW name is subscribed to the foregoing instrument, appeared before me this Notary Public,State of Illinois day in person, and acknowledged that he signed, sealed and iMy Commission Expires 1-12-2010 delivered said instrument, for and on behalf of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, for the uses and purposes therein set forth. Given under my hand and notarial seal, this i4 day of 17-e 6 r t .<ct 2006 . i 5-2429(07-97) ? t `�` Notary Public authority o t e o ow ng n COMPANX OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (02-05)Special Wording IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be sir---d by their Senior Vice President,and their corporate seals to be hereto affixed this 23rd day of December,2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS.Hartford TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD V0 � t Tr Ahps pi,6U44 f� WIRTFM, HARrFOq�, _ ]9 a 2�' 0 9y ooftC0N" �sd ,a George W. Thompson 6 a �f ��+� ry � Senior Vice President On this 23rd day of December,2005 before me personally came GEORGE W. THOMPSON to me known,who,being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument;that hdshe knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals;and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. aT� My commission expires June 30,2006 Notary Public *••w ' Marie C.Tetreault CERTIFICATE I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and furthermore,that the Standing Resolutions of the Boards of Directors,as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the Home Office of the Company,in the City of Hartford,State of Connecticut. Dated this i'i day of ,2006 �V0 +J'utr AMS. GA6UJL 9N I CT i HARTFORD,`� dr 1 9 b 2b" np ±�^-•� '"- Ooft riWMFWA By Nicholas Seminara Senior Vice President �'��' STPAUL ri TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. r► BOND NO. 8 SB 104491541 BCM '� MAINTENANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That we (1) Archer Western Contractors, Ltd. as Principal, acting herein by and through(2) Matthew Walsh its duly authorized President —and (3) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA a corporation organized and existing under the laws of the State of CONNECTICUT ____, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation, chartered by virtue of Constitution and laws of the State of Texas, at Fort Worth, in Tarrant County, Texas,the sum of: One Million Seven Hundred Thirty Thousand &00/100Dollars ($ 1,730,000.00 ), lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, and assigns and successors,jointly and severally. This obligation is conditioned, however;that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, the Owner, dated rc 6 r��r� �y i 2�u jp for the performance of the following described public work and the construction of the following described public improvements: Eagle Mountain Raw Water Intake Improvements all of the same being referred to herein and in said contract as the Work and being designated as Project No.(s) P164-060164052004; and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; and, OFFICIAL JJC010 C"11clikly Part F Maintenance Bond F-1 �In� 11/0 /2005 .� WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period of two years after the date of the final acceptance of the work by the City; and, WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of two years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it is necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need thereof to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep its said agreement to maintain,repair or reconstruct said work in accordance with all the terms and conditions of said contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall remain in full force and effect, and said City shall have and recover from the said Contractor and its surety Aftk damages in the premises as prescribed by said contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas; and, Part F Maintenance Bond F-2 11/07/2005 i l i } IN WITNESS WHEREOF, this instrument is executed in Six (6) counterparts, each one of which shall be deemed an original, dated rt i4 14 . '-00 Archer Western Contractors, Ltd. ATTEST: P P 1 BY: Matthe)TWdI76TITPresident 2121 Avenue 'J' , Suite 103 Principle) Secretary Arlington, TX 76006 (Address) Witness as to Prmcip ` 929 -W,;' Adams, Chicago, IL 60607 TRAVELERS CASUALTY AND SURETY COMPANY OF AFRICA Address Surety �S ESS: By: (Alto -in-fact) (5) EILEEN LUCITT 215 Shuman Blvd., Napery :]:! = ][ Q563 (Surety) Sis (Address) (S E A L) NOTE:Date of Bond must not be prioriQ date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an o YU DN+,. �l�� Individual, as the case may be Witness as to Surety (3) Correct Name or Surety BRIAN LUCITT (4) If Contractor is Partnership, all 5337 W. LePalm, oak Forest, IL 60452 Partners should execute Bond (Address) (5) A True copy of Power of Attorney shall be attached to Bond by Attorney-in-fact Part F Maintenance Bond F-3 11/07/2005 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make,constitute and appoint: Kevin P. Nagel, and Eileen Luclit, of Park Ridge/Crestwood, Illinois, their true and lawful Attorneys)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge,atitly placq-within the iJnifed States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnily,,W other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident xhergto, not limited to a spec fled dollar amount, and to bind the Companies,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies,and all the acts of said Attorney(s)in-Fact,pursuant to the authority herein given,are hereby ratified and confirmed. STATE OF ILLINOIS ) I, BONNIE J. ROSENOH a Notary Public in and for.said County and )SS. State, do hereby certify that Resident COUNTY OF COOK ) Vice President, and Resident Assistant Secretary, EILEEN LUCITP Attorney-in-Fact, of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, who is personally known to me to be the same person_whose =ROSENOW AL" name is subscribed to the foregoing instrument, appeared before me this NOW day in person, and acknowledged that he signed, sealed-and of Illinois delivered said instrument, for and on behalf of TRAVELERS CASUALTY Mys 1-12-2010 AND SURETY COMPANY OF AMERICA, fOr the uses and purposes therein set forth. Given, under to hand and notarial seal, this day Of t 1[►�orrr„� 200 , S-2429(07-97) Notary Public This Power of Attorney and Certificate of Authority is signed and sealed by facsimile(mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. , , (02-05)Special Wording IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be si- I by their Senior Vice President,and their corporate seals to be hereto affixed this 23rd day of December,2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS.Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD on whyJ'`t♦Apps O"BUgC • p9 �. t c'HAATFOR�, tl -1 9 a 2� O BY George W. Thompson �1 ���' `' • "� Senior Vice President On this 23rd day of December,2005 before me personally came GEORGE W. THOMPSON to me known,who, being by me duly sworn,did depose and say:that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument;that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. aT� My commission expires June 30, 2006 Notary Public NOW Marie C.Tetreault 1 CERTIFICATE �the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, VELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of e State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority mains in full force and has not been revoked;and furthermore,that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the Home Office of the Company,in the City of Hartford,State of Connecticut. Dated this day of e iprvQr� ,20o6 � 'onPt J'`t•Apo. G"Bu,4r r4zl i HARTFORD, tl 1952 o OWLCONN. � �4, • S Dr ,�1 A�y�r yy'y�•C�"�� By Nicholas Seminara Senior Vice President STPAUL TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. -''*k CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies that is provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number P164-060164052004 Archer Western ontr ctors, td. CONTRACTO / e � By: President Title January 9, 2006 Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, on this day personally appeared Matthew Walsh ,known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of *AWCL for the purpose and consideration therein expressed and in the capacity therein stated. 4— GIVEN UNDER MY HAND AND SEAL OF OFFICE this—L of li 2006. 1KF �c PU��i 9 y. (Pe Notary Public in and for the State of Texas OFP �� • T PIRE� qua' *Archer Western Contractors, Ltd. Part F F-I 11/7/05 -O. PART G - CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT THIS CONTRACT, made and entered into_ Ft by and between the City of Fort A7orth, a home-rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and Archer Western Contractors, Ltd. of the City of Arlington , County of Tarrant and State of Texas , 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), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain work described as follows: City of Fort Worth, Texas Eagle Mountain Raw Water Intake Improvements Project No. P164-060164052004 Agak and all extra work connected therewith, under the terms as stated on the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter;thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, 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 Substantially Complete and Totally Complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. G-1 IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate in the year and day first above written. ATTEST: City of Fort Worth, Texas (Owner) Party of the First Part By: ri Mark Ott, ssi t City anager City Secretary contract Authorization (SEAL) Date CONTRACTOR: Archer Western Contractors, Ltd. Jrrn ,X Slattery/Secretary By: :; Matthew Walsh resident Approved for Fort Worth City Water Department: LLiz�z&-71 11/� . S. Frank Crumb, Water Director Approved as to Form and Legality: City A orney OFFICIAL WORD CITY SICIERRY G-2 FE "UH, TEX. Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 2/14/2006 DATE: Tuesday, February 14, 2006 LOG NAME: 60ARCHERWESTERN REFERENCE NO.: C-21302 SUBJECT: Authorize Execution of Contract with Archer Western Contractors, Ltd., for the Eagle Mountain Raw Water Intake Improvements RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Archer Western Contractors, Ltd., in the amount of $1,730,000 for the Eagle Mountain Raw Water Intake Improvements. DISCUSSION: The existing Eagle Mountain Water Treatment Plant (EMWTP) and raw water conveyance system, consisting of intake, pump station and discharge pipeline, is presently rated at approximately 70 million gallons per day. On March 13, 2002, (M&C C-19013) the City Council authorized a Water Distribution System Master Plan. This master plan provided cost estimates and implementation schedules for major water capital improvement projects through the year 2025. The Water Master plan recommended that the rated capacity of the EMWTP be expanded by a minimum of 35 MGD by the summer of 2007 in order to meet the projected water demands of retail and wholesale customers. On August 24, 2004, (M&C C-20236) the City Council authorized an engineering agreement with CH2M Hill, Inc for the design of a new raw water pump station and the expansion of the existing raw water intake. As part of this agreement, the Engineer prepared plans and contract documents for the expansion of the existing raw water intake. The project was advertised for Bid in the Commercial Recorder on November 17 and November 24, 2005. On December 22, 2005, the following bid was received: BIDDER BASE BID CONTRACT TIME Archer Western Contractors $1,730,000 425 Calendar Days While the Water Department is disappointed in only receiving one bid for the project, one factor that contributed to the lack of bids is the specialty nature of underwater construction, which significantly reduced the number of qualified contractors. While the bid price received from Archer Western Contractors was approximately 5% higher than the engineer's estimate for the project, the Engineer recommends awarding the project due to the time delay that would result from rebidding the project, coupled with the concern that additional bidders may not be interested in bidding the project, or that future bid prices would be higher than the current bid price. Under this construction contract, Archer Western Contractors, Ltd., will expand the existing raw water intake. The expanded intake will operate in conjunction with the existing and proposed raw water pump http://www.cfwnet.org/council_packet/Reports/mc_print.asp 3/7/2006 Page 2 of 2 stations to be able to provide 105 MGD of raw water to the EMWTP. This project is located in Northwest Tarrant County. Archer Western Contractors, Ltd., is in compliance with the City's M/WBE Ordinance by committing to 18% M/WBE participation. The City's goal on this project is 14%. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water State Revolving Loan Fund. TO Fund/Account/Centers FROM Fund/AccounVC enters P262 541200 607520036283 $1,730,000.00 Submitted for City Manager's Office W. Marc Ott (6122) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Chris Harder (6820) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 3/7/2006 APPENDIX A Aawk GEOTECHNICAL REPORT OFFICIAL MUD env siciffigy ORD �UGRO CONSULTANTS LP 3xµ GEOTECHNICAL INVESTIGATION EAGLE MOUNTAIN RAW WATER INTAKE AND PUMP STATION IMPROVEMENTS PROJECT TARRANT COUNTY, TEXAS PROJECT NO. 0704-1188B Report to: CH2M HILL FORT WORTH, TEXAS MAY 2005 w. Il / t^ Aakb.. -----' _ '-.L Tni W19.11 FIN YEY. GEOTECHNICAL INVESTIGATION EAGLE MOUNTAIN RAW WATER INTAKE AND PUMP STATION IMPROVEMENTS PROJECT TARRANT COUNTY, TEXAS PROJECT NO. 0704-11886 Report to: CH2M HILL FORT WORTH, TEXAS MAY 2005 GRG r FUGRO CONSULTANTS LP - : Report No. 0704-1188B May 27, 2005 2880 Virgo Lane Dallas,TX 75229 Phone: 972-484-8301 CH2M Hill Fax: 972-620-7328 12377 Merit Drive 10'x'Floor Dallas, Texas 75251 Attention: Mr. Doug Biglen, P.E. Geotechnical Investigation Eagle Mountain Raw Water Intake and Pump Station Improvements Tarrant County, Texas Dear Mr. Biglen: Fugro Consultants LP has completed the geotechnical investigation performed for the proposed intake structure and pump station improvements adjacent to the existing Eagle Mountain Lake intake structure and pump station in Fort Worth, Texas. This work was performed in accordance with CH2M Hill Purchase Order No. 903598, dated August 13, 2004. Preliminary information, draft logs, and a plan of borings for the project were submitted on February 16, 2005. A draft copy of the bathymetric survey and geophysical investigation report for the project was previously submitted (Fugro Report No. 0704-1188A, draft dated December 28, 2004). This report includes a description of the findings of our field and laboratory investigations and an engineering analysis of the results. Also included are recommendations regarding soil settlements, foundation approaches, excavation and dewatering, buried pipe support, slopes, pavements, retaining walls, and associated geotechnical aspects of the project. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions about information in this report or if we can be of further service. Very truly yours, FUGRO CONSULTANTS LP 0 90�Y David P. Lutz, P.E. � ^a , Senior Project Manager BRUCE BAILEY f-2 OJ Bruce Bailey, Ph D.. E. ° . Senior Engineering Consu[ta 90��� 54344 44� DPL/BB/kp ,'�s °,STV;y`G;�`�s Copies submitted: CH2M Hill, Mr. Doug Biglen, P.E. (3 copies) A member of the Fugro group of companies with offices throughout the world. 6R0 Report No.0704-1188B a CONTENTS Page INTRODUCTION Site and Project Description.................................................................................. 1 Purposeand Scope .............................................................................................. 3 FIELD INVESTIGATION................................................................................................... 3 LABORATORY TESTING................................................................................................. 6 GENERAL SUBSURFACE CONDITIONS Geology ................................................................................................................ 6 Stratigraphy and Engineering Properties of Soil and Rock Materials..................... 7 Groundwater ........................................................................................................ 8 ANALYSIS AND RECOMMENDATIONS General Foundation Considerations...................................................................... 10 SeismicDesign.......................................................................................... 10 Minimum Foundation Depth....................................................................... 11 ExistingFill ............................................................................................... 11 CompressibleSoils ................................................................................... 11 ExpansiveSoils ......................................................................................... 11 SoilCorrosivity........................................................................................... 12 FoundationApproaches............................................................................. 13 PumpStation......................................................................................................... 13 Driven H-Pile Foundations......................................................................... 13 Alternate Drilled Pier Foundations ............................................................. 18 Structural Base Slab.................................................................................. 19 IntakeStructure..................................................................................................... 19 BuriedPipe............................................................................................................ 21 Buried Pipe Without Deep Foundation Support.......................................... 21 Buried Pipe With Deep Foundation Support............................................... 22 Above-Ground Pipe With Deep Foundation Support.................................. 23 Buoyancy Resistance ................................................................................ 23 Embedment and Backfill............................................................................ 23 Thrust Blocks/ Restraints.......................................................................... 25 TransformerPads.................................................................................................. 25 RetainingWalls..................................................................................................... 26 Wall Foundation Bearing............................................................................ 27 Lateral Earth Pressures............................................................................. 27 Earth Pressure Coefficients and Base Sliding Resistance ......................... 29 WallDrainage............................................................................................ 29 BackfillSettlements ................................................................................... 30 Pavements............................................................................................................ 30 SubgradePreparation................................................................................ 31 PavementSections.................................................................................... 31 .dft, Fill and Backfill Materials....................................................................................... 33 Site Grading, Slopes, and Drainage ..................................... ............ 34 ..................... GRO Report No. 0704-1188B •• CONSTRUCTION CONSIDERATIONS Trafficability........................................................................................................... 34 Excavations .......................................................................................................... 34 Dewatering............................................................................................................ 36 SitePreparation ................................................................................................... 37 FillConstruction .................................................................................................... 37 Installation of Driven Pile Foundations................................................................... 38 DESIGN REVIEW AND CONSTRUCTION MONITORING............................................... 38 LIMITATIONS .................................................................................................................. 39 REFERENCES........................:........................................................................................ 40 ILLUSTRATIONS Plate SiteVicinity Map............................................................................................................... A Topographic Quadrangle Map .......................................................................................... B SitePhotos .................................................................................................................. C-E Siteand Boring Plan ........................................................................................... GeologicMap .................................................................................................................. G Generalized Subsurface Profiles....................................................................................... H-K Design Illustration, Earth Pressures, Excavation Support System..................................... L BoringLogs .................................................................................................................. 1-7 Key to Terms and Symbols used on Boring Logs.............................................................. 8-9 Log of Previously Drilled Borings...................................................................................... 10-12 ObservationWell Logs...................................................................................................... 13-15 Water Well Driller Well Reports......................................................................................... 16-18 Particle Size Distribution Reports (Sieve Analyses).......................................................... 19-29 Consolidation Test Results ............................................................................................... 30-32 Summary of Soil Corrosivity Test Results......................................................................... 33 Tin=495 6RD Report No.0704-11886 GEOTECHNICAL INVESTIGATION EAGLE MOUNTAIN RAW WATER INTAKE AND PUMP STATION IMPROVEMENTS TARRANT COUNTY, TEXAS INTRODUCTION This report contains the results of the geotechnical study performed for the proposed new pump station and intake structure at Eagle Mountain Lake in Tarrant County, Texas. Included are results of our field and laboratory findings, an analysis of these results with respect to foundation design and construction, and related geotechnical aspects. Site and Project Description The project site is located near the left (east) abutment of the Eagle Mountain main dam about one mile northeast of the intersection of Eagle Mountain Circle and Ten Mile Bridge Road in Tarrant County, Texas. The site location is shown in Plate A. All figures are in the "Illustrations" section of the report following the report text. General site conditions in the vicinity of the project are shown in Plate B. Site photographs taken from the dam crest are included as Plates C, D, and E. An existing raw water pump station is situated near the downstream end of the outlet works apron structure near the left dam abutment. An existing 54-inch intake pipe passes through one of the two outlet works tunnels (west side) into the lake to an existing submerged intake structure, about 180 feet north of the upstream dam face shoreline. The dam and outlet works were constructed in the early 1930's. The existing pump station, intake structure, and 54-inch raw water pipe were constructed around 1990. The new pump station will be situated approximately 350 feet west of the existing pump station, at the northeast corner of an abandoned fish hatchery pond. This is the easternmost pond in a group of similar ponds along the toe of the dam. The ponds are dry during dry seasons and water collects in the ponds during wet seasons. The pump station structure will be situated partly over the north slope of the east pond and partly over a berm, which forms the east side of the pond. .. The pump station structure will have plan dimensions of approximately 200 feet by 40 feet and the top of the base slab will be established at El. 611. It is planned to support the base slab on rA� Iy. GRO Report No. 0704-1188B a deep foundations, for the most part without placing additional fill within the abandoned fish hatchery pond to minimize the potential for inducing consolidation settlements in the underlying soft soils. This will result in the base slab being supported approximately 4 feet above the bottom of the pond along the south pump station wall and a few inches above the pond slope surface along the north wall, for much of the length of the building. At the east end of the building, the bottom of the floor slab will be near the top of the existing pond berm. Also at the east end of this structure, an access drive into the pump station will require placing up to 4 feet of fill in a ravine area east of the pond berm, with a retaining wall on the south side of the drive. Along the north side of the building site, a concrete pavement will be constructed with a 4 to 6- foot high retaining wall located about 41 feet north of the north pump station wall. This retaining wall will be approximately 20 feet south of the south edge of a paved access pavement for the existing pump station. Transformer pads will be placed on either side of the new pavement near the northeast corner of the new pump station. A 72-inch diameter steel discharge header pipe will be suspended along the south side of the pump station. The invert for this pipe will be near El. 610. The discharge pipe will flow southeast from the southeast corner of the pump station. The discharge pipe is being designed by others and is not part of this study. The 90-inch diameter steel intake header pipe will be located along the north side of the pump station. It is desired to bury this pipe so that it will pass beneath the access entrance driveway at the east end of the pump station. The invert of the pipe at the pump station would be near El. 596. The 90-inch intake pipe will continue eastward for an additional distance of about 300 feet, to a point about 100 feet northeast of the existing pump station. At this point, the 90-inch line will reduce to 54 inches and will connect to the existing 54-inch pipe leading to the existing pump station. It will also connect to a new 54-inch pipe leading into the west tunnel beneath the dam, above the existing 54-inch pipe. The new 54-inch pipe will connect to an existing 54-inch pipe at the tunnel bulkhead beneath an existing riser tower. At the present time, one alternate includes locating the new submerged intake structure approximately 40 feet northeast of the existing intake structure. The intake pipe will connect to an existing 54-inch intake pipe, which extends to the conduit bulkhead beneath the riser tower. The submerged intake tower structure will have plan dimensions of about 20 to 25 square feet to support an intake screen assembly near EI. 629. This is approximately 20 feet below the normal pool lake surface at EI. 649. A second alternate calls for constructing the intake tower structure directly on the upstream concrete apron for the existing outlet works. -2- O Report No.0704-11886 Purpose and Scope The purpose of this study was to evaluate the subsurface conditions in test borings at selected locations on the site and to develop geotechnical recommendations for construction of the proposed pump station, intake structure, intake pipe, and the related site development. More specifically, the scope of work included: 1. Exploration of soil, rock, and groundwater conditions at the boring locations; 2. Laboratory tests on selected soil and rock samples; 3. Analyses to develop geotechnical recommendations for design and construction of foundations for the pump station and intake structure; 4. Evaluation of geotechnical aspects for design and construction of pipes, including pipe supports, and thrust blocks; 5. Recommendations for design and construction of transformer pads, pavements, and retaining walls; 6. Evaluation of excavation slopes, dewatering, and retention systems; and 7. Recommendations for earthwork construction, final grading, slopes, and related items. The work scope also included preparation of draft and final reports. FIELD INVESTIGATION We explored the subsurface conditions at the site by drilling and sampling at seven test boring locations. The approximate boring locations are shown in Plate F. The land borings extended to depths of 60.5 to 90 feet. For the lake borings, the depth from the lake surface to the lake bottom ("mudline") was initially estimated by weighted tape soundings. The mudline measurement is regarded as approximate, since it reflects the depth to which the weight sinks into very soft sediments. The lake borings both extended to a depth of 103.5 feet below the lake water surface, which is 59.5 to 62.5 feet below the estimated mudline depth. Previously drilled borings in the vicinity of the existing pump station have also been used in preparation of this report. -3- Report No.0704-11888 An auxiliary Boring B-2A was drilled near Boring B-2 to help evaluate the effects of the drilling methods relative to penetration resistance test results and to obtain additional undisturbed samples of the soft clays. Logs of borings drilled as part of this study are presented in Plates 1 through 7. A key to the terms and symbols used on the boring logs is presented in Plates 8 and 9. The logs of the previously drilled borings are presented in Plates 10 through 12. The boring logs include descriptions of the soil and rock sampled at boring locations. Soil strata boundaries shown on the boring logs are approximate. Surveying information for the boring locations (ground surface elevation and location coordinates) were provided by CH2M Hill, as available from direct survey measurements or estimated from topographic contours on site plans. Table 4:::°Summary of Test Boring Information Location Boring Boring Ground Coordinates No. Associated.Structures Depth, Surface. feet Elevation, .North East- feet B-1 Pump Station 60.5 603.31' 7002264.82' 2286662.78' B-2 Pump Station 80 606.52 NA NA B-3 Pump Station 90 612.08' 7002402.52' 2286602.72' B-4 Pump Station 85 613.02 NA NA B-5 Intake Pipe 75 611.52 NA NA B-6 Intake Structure(in lake) 103.5 648.13 7002742.99' 2287589.35' B-7 Intake Structure(in lake) 103.5 648.13 7002677.21' 2287588.63' Notes: NA= Not Available; 1. Surveyed point 2. Estimated from site survey drawing; 3. Lake surface elevation In the test borings, undisturbed samples of cohesive soil were obtained using a 3-inch, thin- walled tube sampler hydraulically pushed into the soil below the bottom of the borehole (ASTM D 1587). The undrained compressive strength of cohesive soils was estimated in the field using a calibrated hand penetrometer. Disturbed samples of fill soils or overburden clays were obtained with a 2-inch O.D. split-spoon sampler in conjunction with the standard penetration test. This test employs a 140-pound hammer that is dropped a distance of 30 inches, driving -4- Report No. 0704-11886 ul� the split-spoon sampler into the material (ASTM D 1586). The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the standard penetration resistance ("N-value") on the boring log. The sandstone and shale bedrock was cored with an HQ3 triple tube coring system in the lake, Borings B-6 and B-7. The percentage of core recovered is tabulated in the "Percent Recovery" column on these boring logs. Along with the recovery, the Rock Quality Designation (RQD) for each core run is also included. The RQD is defined as the ratio (percent) of cumulative length of rock core segments 4 inches long or longer to the total core run. The borings were drilled initially using dry auger procedures, which facilitated shallow groundwater observations during drilling. Groundwater observations are recorded on the boring logs. In some of the borings the drilling method was changed to mud rotary in order to help stabilize the borehole in artesian groundwater conditions. Boring B-2A was drilled using mud rotary methods from the start. The borings were grouted with a cement/bentonite or bentonite grout after the final groundwater readings were taken. The soil samples were sealed in polyethylene bags to preserve the natural moisture content and stored in cardboard sample boxes for transport to our laboratory. Selected rock core samples were similarly wrapped and all core samples were stored in cardboard core boxes. A field geologist or engineer assisted with the drilling and logging efforts on a near-continuous basis. These services included: 1) checking underground utilities for possible conflicts, 2) coordinating field exploration efforts, 3) assisting in field logging of the subsurface conditions, 4) obtaining groundwater readings, and 5) performing related duties. Standpipe piezometers were installed in three of the five land boreholes. Two shallow piezometers were installed in auxiliary boreholes near Borings B-1 and B-4 with a screened interval between 10 and 15 feet. The third piezometer was installed in Boring B-3 with a screened interval between 50 and 60 feet. The boreholes were sealed with bentonite above the screen intervals. The annular space between the riser pipe and the borehole wall was backfilled with a grout mixture and a protective cover was installed at the ground surface. Detailed descriptions of the piezometers are provided on observation well logs and water well driller well reports in Plates 13 through 18. -5- SRO Report No.0704-1188B LABORATORY TESTING Laboratory tests were performed on selected soil and rock core samples to evaluate relevant engineering properties of these materials. The tests were performed in general accordance with applicable ASTM test procedures. Laboratory index tests included, moisture content, dry unit weight, liquid and plastic limits, and minus No. 200 sieve analyses. The soils were classified according to the Unified Soil Classification System on the basis of visual observation of the samples and results of the index and sieve tests. Shear strengths of selected soil and rock core samples were evaluated with unconfined compressive strength tests. The results of these tests are presented on the boring logs. Several sieve analyses were run on selected samples of granular soils. Results of these tests are included in Plates 19 through 29. Compressibility characteristics of representative samples of the clays from Boring B-2A were evaluated by means of incremental consolidation tests. Results of these tests are included in Plates 30 through 32. Soil corrosivity tests were performed on selected representative samples obtained from the test borings. Results of these tests are summarized in Plate 33. GENERAL SUBSURFACE CONDITIONS The geologic setting and the engineering properties of the soil and rock materials encountered in the borings are described in the following paragraphs. Geology The mapped geology in the vicinity of the site is shown in Plate G (Ref. 1). The site is situated on an outcrop of alluvial and terrace deposits, which are underlain by the Cretaceous age Paluxy formation. The alluvial deposits consist of flood-plain deposits of dark gray, gray, dark brown, brown and light brown sands, clays, and gravels. The terrace deposits consist of brown, light brown, gray, and grayish brown sands, gravels, and clays. The Paluxy Formation consists of sandstone, mudstone (shale), and limestone. The sandstone is fine to very fine grained and ranges from un-cemented sand to a weakly cemented condition. The sandstone is light gray to greenish gray, and weathers to yellowish brown to light brown. The mudstone (shale) is sandy, massive and can be greenish gray, olive green, and gray. The -6- ORO Report No. 0704-1188B g limestone, when encountered, is yellowish gray, sandy, and fossiliferous, with 0.5 to 2-foot thick beds. The maximum thickness of the Paluxy Formation is about 100 feet. In the general vicinity of the site, the bedrock formations dip gently toward the southeast at approximately 30 to 50 feet per mile. Stratigraphy and Engineering Properties Of Soil and Rock Materials Descriptions of the soil and rock stratigraphy are included in the boring logs. The depths on the boring logs are referenced to the ground surface at the time the borings were drilled. The strata lines on the boring logs represent the approximate boundaries between soil types and rock types and the transition between material types may be gradual. Such is the case where the sandstone of the Paluxy Formation is encountered. At some boring locations (Borings B-1, B-3, and B-7), 2.5 to 3 feet of sand or weathered sandstone was encountered. Due to the presence of sandy terrace deposits above the Paluxy Formation, it is difficult to differentiate between sandy terrace deposits and sandstone that has been severely weathered. Also, the sandstone of the Paluxy Formation is so weakly cemented that, upon sampling, it can appear simply as sand. The depths to the top of the weakly cemented sandstone are summarized in Table 2. Table 2: Estimated Depths and Elevations of: Top of Sandstone Boring Top of Sandstone No. Depth,ft Elevation,ft'ms[ B-1 52 552 B-2 59 547 B-3 64 550 B-4 64 549 B-5 60.5 551 B-6 52 596 B-7 52 596 The stratigraphy indicated by the samples obtained in the test borings included alluvial clays and sands and terrace deposits overlying the Paluxy Formation. The natural alluvial clays and sands were overlain by fill soils in Boring B-5. Engineering properties of these soil and rock materials are summarized below. Additional details regarding the general subsurface conditions at the test boring locations are included on the boring logs. -7- Report No. 0704-1188B Depth Description/Properties (Borings B-1 though B-5) 0'-5' Fill: Clays with fine sand and trace gravel; brown to light brown and light gray, hard; (found in Boring B-5 only) Soil Classification (USCS): CL Moisture Content, %: 14 Hand Penetrometer Reading,tsf 4.5-4.5+ Liquid Limit, % 27 Plastic Limit, % 13 Plasticity Index, % 14 0-5'to 43-63.5' Alluvial Soils: Clayey sands, sands,gravels, sands with clay,sandy clays,dark gray,gray,dark brown, brown,and light brown, (found in all land borings) Soil classification (USCS): CH, CL, SC Moisture content, %: 8-30 Liquid Limit: 25-51 Plastic Limit: 13-21 Plasticity Index: 9-30 Percent passing No. 200 sieve, % 10-98 *-*. Dry unit weight, pcf: 119 Unconfined compressive strength, tsf: 1.2 Standard Penetration Test, blows/foot(N-value) 0—38 (avg.4+) 43-54.5'to 52'-64' Terrace Deposits, clayey sands,sands, gravels, sands with clay,sandy clays, brown, light brown, gray, grayish brown; (found in all borings) Moisture content, W 9-23 Standard Penetration Test, blows/foot(N-value) 28-38 >52'--64' Sandstone, light brown and light gray, moderately hard,weakly cemented, (found in all borings) Dry unit weight, pcf: 1.3- 132 Unconfined compressive strength, tsf: 1.7-54 Standard Penetration Test, 50 blows/pen., N-value 50/1"to 50/6" Groundwater Groundwater was encountered in each of the land borings during drilling and at completion of drilling operations. Groundwater depths are summarized in the table below. -8- NORD Report No. 0704-11888 Table 3: Depth to Groundwater.During Drilling.: - ' Boring No. Depth to Groundwater Depth to Groundwater at. Seepage During Drilling.(feet) CotYipletiorr of Drilling .(feet} B-1 2.5 0 B-2 7 -- B-3 7 0 B-4 7 -- B-5 8 0 Water level readings measured in the piezometers are summarized below. Piezometers B-1 and B-3 were developed on January 13, 2005. Piezometer B-4 was developed on January 28, 2005. Flowing artesian conditions were encountered during the drilling of Boring B-1, with an artesian head as much as 18 inches above the ground surface when the bottom of the borehole was reached. Groundwater was at the ground surface upon completion of Boring B-5. Also, water level readings collected at the three piezometers are summarized in the following table. Table 4: Summary of Groundwater Readings in Standpipe Piezometers Boring B-1 Boring B-3 Boring B-4 (GS'@ El.603.5) (GS'@ EI:614:0) (GS'@ EL 613.0) (Top of Screen @ 10 feet) (Top of Screen @50,feet) Top of.Screen @.10 feet Elevation Elevatlon Elevation, Date Depth,feet feet Depth,feet feet Depth,feet feet 1/14/05 4.1 599.4 22.6 591.4 1/24/05 0 603.5 0 614.0 1/28/05 0.7 602.8 1.3 612.7 11.5 601.5 2/16/05 0.7 602.8 0.4 613.6 8.4 604.6 3/3/05 1.0 602.5 1.1 612.9 8.8 604.2 Note: 1. GS=Ground Surface Observations during drilling and the piezometer readings indicate the general presence of an upward seepage gradient, most likely associated with seepage beneath the dam. A well located at a lower elevation (in the pond), with a screen placed at depth, and with a top-of-casing at the ground surface would flow continuously, reflecting flowing artesian conditions. -9- 6R� TUU Report No. 0704-1188B . The groundwater conditions are subject to change with variations in climatic conditions, surface water runoff, the presence or absence of water in the abandoned fish hatchery ponds, river stages downstream, and other factors. It is therefore not possible to accurately predict the magnitude of groundwater fluctuations that might occur based upon short-term observations. Shallower groundwater than indicated on the logs may be encountered, particularly during or after periods of heavy rainfall. Additional details regarding the subsurface conditions are included on the boring logs and on the laboratory test results sheets. Generalized subsurface profiles are shown in Plates H through K, with the section locations shown in Plate F. ANALYSIS AND RECOMMENDATIONS The following analysis and recommendations are based on information obtained from published sources and from the site-specific field and laboratory investigations as described in the preceding sections. General Foundation Considerations Seismic Design. North central Texas is generally regarded as an area of low seismic activity. However the presence of the very loose and very soft alluvial soils to depths greater than 60 feet are of potential concern with regard to earthquake ground motions. According to information included in the International Building Code (2000 IBC, Ref. 2), maximum considered earthquake ground motions of 12 and 6 percent of gravity, respectively, are mapped as associated with 0.2-second and 1.0-second spectral response accelerations (with 5 percent of critical damping). These ground motions are referenced to the bedrock surface (Site Class B). The alluvial clays and sands extended to depths up to 64 feet. These clays and sands vary widely in their consistency and strength. The average Standard Penetration Test N-value for the alluvial clays and sands was less than 5 blows per foot. However, when the N-values are averaged over the upper 100 feet, in accordance with IBC procedures, the average N-value within this depth would be greater than 15 blows per foot. Our preliminary evaluation did not indicate that the soils would be liquefiable at these bedrock acceleration levels. On this basis, .� the site would be classified as Site Class D, corresponding to a stiff soil profile. -10- [sR0 Report No.0704-11886 �. ��LN When these ground motions are adjusted for the overburden soils (Site Class D), the maximum earthquake ground motions increase to 19 and 14 percent of gravity, for 0.2-second and 1.0- second spectral response accelerations, respectively. The allowable bearing pressures for static loads can be increased by 33 percent for transient seismic (and wind) loading conditions. Minimum Foundation Depth. A maximum frost penetration depth on the order of one foot is generally assumed for ground-supported foundations in the north central Texas area. However, due to the possibility of localized changes in soil moisture content in the expansive clays around the foundation perimeter, it is recommended that all foundation elements bear at a depth of at least 1.5 feet below final exterior grade. Existing Fill. The near-surface clay identified as fill in Boring B-5 appears to be well compacted, and was likely placed during the construction of the existing pump station and adjacent transformer pad. If loose fills are encountered during construction, these materials should be removed by undercutting and replaced with a satisfactory replacement fill or material as will be discussed in more detail in the following report sections. Compressible Soils. The majority of the alluvial and terrace deposit soils that underlie the site are highly compressible due to their loose and soft condition. If subjected to additional loads, relatively large settlements will occur as the fine-grained soils (clays) consolidate and the coarse-grained soils (sands and gravels) densify. Based on preliminary calculations, it appears that an area surface load of 1,000 psf, for example, could result in settlements on the order of several inches. Expansive Soils. The upper clays exhibited plasticity indexes (PI's) ranging from 15 to 30 percent and are considered as slightly to moderately expansive. These clays will experience vertical ground movements with changes in soil moisture conditions. The magnitude of these ground movements is typically related to the PI, the initial soil moisture condition, the clay thickness, the active depth zone, changes in overburden pressures, surface drainage conditions close to foundation elements, slabs, and pavements, the proximity of trees, and other factors. The potential vertical movement (PVM) of the clays due to moisture-induced vertical soil swell beneath covered areas at the existing grade was calculated using the empirical TxDOT Method Tex-124-E. The clays were assumed to have a dry antecedent soil moisture conditions in PVM calculations using the TxDOT method. A PVM of up to 1.5 inches was estimated for the 1C]i -11- CIT' SECUI RY FT, W.101 MI TEX. GRO Report No. 0704-1188B `` expansive clay swell based on the assumption that the clays would become saturated in their final environment. This is a conservative estimate due to the assumption that the initial moisture content of the soil is dry, since the borings and the piezometers indicate a high groundwater level and moist soils. If the soils are not allowed to become dry during construction, the ground movements should be limited. Soil Corrosivity. Results of soil corrosivity tests performed on representative soil samples obtained from the test borings are presented in Plate 33. The susceptibility of buried concrete elements to chemical attack is generally evaluated on the basis of the soil pH and water-soluble sulfate content. The pH levels (above pH = 6) indicate a negligible potential for attack of an acidic environment on buried concrete. Sulfate ions can react adversely with the hydrated lime and hydrated calcium aluminate in cement paste to form calcium sulfate and calcium sulfoaluminate, which can be accompanied by considerable expansion and disruption of the paste matrix within porous concrete. A concentration of soluble sulfates less than 1,000 ppm is considered to be negligible with regard to exposure of buried concrete to sulfate attack (Ref. 3). The soil pH, resistivity, and chloride content are important in the evaluation of possible corrosion of buried steel elements and reinforcing steel embedded in concrete exposed to these soils. In general, the aggressiveness of soils on buried steel can be evaluated by comparison with values summarized below (Ref. 4). Each of the columns in this table should be used independently of the others when evaluating corrosion potential. (For example, it is not necessary to have a resistivity between 0 and 1,000 ohm-cm and a pH between 0 and 4.5 to indicate a very high potential for corrosion of steel.) Potential for Chemical Attack of Buried Steel Elements Soil Resistivity, Soluble Chlorides Corrosion ohm-cm in Soil, ppm Soil pH Potential 0 - 1,000 0 —4.5 Very High 1,000 —2,000 > 500 4.5-5.5 High 2,000 —5,000 < 500 5.5-6.5 Moderate > 5,000 > 6.5 Mild t' l Report No.0704-11888 This comparison indicates some variability of the soils with regard to potential for chemical attack of buried steel elements. Based on the tests results summarized in Plate 33, the corrosion potential for buried steel elements varies from high to very high. Foundation Approaches. Several foundation approaches were considered for the proposed structures. Owing to the thickness of compressible clays, loose sands, and indicated groundwater conditions at the pump station site, deep foundations are indicated to limit foundation movements. Among deep foundation types, end-bearing driven piles, such as low displacement H-piles or open ended pipe piles appear to be the most positive and practical deep foundation approach with respect to constructability and long-term performance. Alternate deep foundation types, including drilled piers with casing and slurry as needed, were also considered. For the submerged intake structure lake site, it appears that the use of driven H-piles or pipe piles similarly would provide the most positive approach. As alternate approaches, the possibility of using cased drilled piers or a mat foundation might be considered. The mat foundation approach would require removal of soft sediments overlying the sandstone in conjunction with underwater concrete placement or a cofferdam structure. For the submerged intake structure apron site, it would be necessary to confirm that the bearing conditions beneath the apron slab are satisfactory by some means. Recommendations for these foundation approaches are described in more detail in the following report sections. Pump Station The finished floor for the pump station base slab will be at EI. 611. The existing ground surface beneath the pump station varies between about Els. 605 and 609 along the abandoned fish hatchery pond slope. We understand that the current plan is to suspend the pump station base slab above the pond slope in an attempt to minimize the potential for inducing large settlements in the compressible foundation soils resulting from the weight of additional earth fill. Driven H-Pile Foundations. To provide for adequate bearing and to limit foundation movements, driven, steel H-pile foundations are recommended to transfer structural loads to the underlying, dense sands and sandstone. Estimated depths to the top of the sandstone are summarized in the above Table 2. The dense terrace sands and gravels were found -13- �GRO Report No. 0704-1188B f, immediately above the sandstone in Boring B-1 below 43 feet (below EI. 560) and in Boring B-4 below 53 feet (below EI. 560). The generally loose and soft alluvial soils extended to the top of the sandstone in the remaining land borings. Vertical Foundation Loads. Based on preliminary static pile analyses, we estimate allowable design loads of 60 to 90 tons per pile for HP12x53 piles (A36 steel) driven to refusal in the sandstone or in the dense terrace sands and gravels above the sandstone, as described in the preceding paragraph. If A572 Grade 50 steel is used for this size pile, it may be possible to increase the allowable design load to in the range of 80 to 110 tons per pile, assuming favorable installation conditions. We estimate that refusal will occur within a 5-foot penetration into these denser materials. However, the actual bearing elevation should be established on the basis of a pile load test, a wave-equation bearing graph (driving refusal analysis for the pile / hammer system), or a combination of these. The design load within the above ranges should be established on the basis of the proposed construction approach. Due to the limited number of piles anticipated, it may not be cost-effective to consider running a pile load test. In this case, the design load would be based on driving refusal analysis alone and a factor of safety in the range of 2.5 to 3.0 �-. should be considered relative to the ultimate pile capacity. It is estimated that this would result in allowable loads near the low end of the range estimated above based on the static pile analyses. If a pile load test is performed and the piles installed to refusal, a factor of safety in the range of 2.0 to 2.5 would be acceptable. In this case, it is estimated that this would result in allowable pile loads near the upper end of the above estimated range based on static pile analyses. Difficult driving is anticipated in the medium dense to dense alluvial sands and gravels noted in Boring B-5 between depths of 34 and 44 feet. It will be necessary to penetrate through this stratum and through similar materials at other locations so that the pile tip will not bear in or above loose or very loose sands above the sandstone. Based on the static pile estimates, recommended minimum pile tip elevations--pile tips at or below these elevations--are summarized in the following table. -14- m R Report No.0704-1188B nd Table 5: Recommended Minimum Pile Tip Elevations,Pump Station Boring Pile Tip Bearing - Minimum Pile Tip Depth Minimum Pile Tip No. Material Below Existing Ground,feet Elevation B-1 Dense Sand/Sandstone 38 565 B-2 Dense Sand/Sandstone 59 547 B-3 Sandstone 66 548 B-4 Dense Sand/Sandstone 58 555 B-5 Sandstone 63 548 Pre-drilling may be required at some locations to reach the recommended minimum tip elevation without damaging the pile during driving. Driving shoes are recommended to minimize the potential for damage to the pile tips during installation. Settlements of successfully installed piles should not exceed about 0.25 to 0.5 inch. Other H-pile sections could be considered. Open-ended steel pipe piles could also be considered, with some increased drivability concerns. Affift In general, piles in groups should be spaced at least three pile dimensions apart to optimize group capacity and minimize installation problems. Beneath individual columns (point loads), the piles should be designed in groups of at least three piles for lateral stability. Beneath walls (strip loads), the pile layout should be designed with pile pairs, one pile beneath each side of the wall to form a saddle for stability. The static pile analyses indicate that the piles will derive their vertical load carrying capacity primarily from end bearing in the underlying sandstone. For pile groups of up to 16 piles, with piles spaced at three pile dimensions apart or more, estimated pile group settlements would still be less than about one inch, and therefore, the pile group capacity can be assumed as equal to the sum of the individual piles (vertical group efficiency of 100 percent). Additional recommendations for pile group efficiency for larger groups can be provided upon request. Lateral Foundation Loads. As described previously, the overburden alluvial soils are variable in consistency, but generally are in a soft to very soft condition. As such, these soils will offer limited resistance to lateral loads applied to the H-pile foundations. In general, the ultimate lateral bearing capacity of the soft clays is estimated to be in the range of 1,000 to 2,000 pounds per square foot. -15- =1 Report No.0704-11886 Estimated values for the soil subgrade modulus, E,, and the coefficient of lateral subgrade reaction, kh, for use in lateral pile analyses are summarized in the following table: Depth Depth Depth Depth 0-5' 5-10' 10-15' 15'+ Oh=0.25" E,,psi 125 275 325 350 kh, pci 10 23 27 29 Ah=0.5" E,,psi 85 185 220 240 kh,pci 7 15 18 20 At,:- 1" E,,psi 40 120 135 150 kh,pci 3.5 10 11 12 On-2" E,,psi 20 70 85 90 kh,pci 1.5 6 7 8 Note: a,=lateral soil displacement at indicated depth Group action should be considered when the pile spacing in the direction of loading is less than 6 to 8 pile dimensions. For closer spacing, the lateral subgrade reaction in the direction of loading should be reduced by a reduction factor, R, as follows: Pile Spacing in Direction of Loading Subgrade Reaction D= Pile Dimension Reduction Factor, R 8D 1.00 6D 0.70 4D 0.40 3D 0.25 The use of batter piles can also be considered to resist lateral loads. The batter piles should be 1 horizontal to 2 vertical or steeper. The use of batter piles is not recommended in conditions where negative skin friction could develop. Negative skin friction is discussed in the following report section. Additional assistance with analysis of laterally-loaded piles can be provided upon request. -16- uORD Report No. 0704-11888 Settlements / Negative Skin Friction. It is recommended that the base slab for the structure be supported on the pile foundation without placing additional fill beneath the structure, as indicated in your conceptual drawings, for the most part. At the east end of the building, it appears that 4 or 5 feet of fill may be added to support an access drive pavement into this end of the building. Results of preliminary settlement estimates under the weight of this fill indicate that settlements on the order of 1 inch to several inches will occur, depending on location. These estimates are based on the assumption that enough time has elapsed to result in a settlement equilibrium under the weight of the present soil overburden. Fill placed along the north side of the building or beneath the transformer pads could have a similar effect on the pile foundations. Settlements greater than 0.5 inch will tend to induce downdrag forces on the piles adjacent to or near the fill areas, requiring special consideration. Piles installed in areas subjected to settlements of 0.5 inch or more should be designed to accommodate downdrag skin friction. Preliminary estimates for downdrag skin friction are on the order of 300 to 500 pounds per square foot acting from the top of the pile to near the bottom of the compressible soils. The negative skin friction transferred to the piles can be reduced by adding a bitumen coating to the piles within the depth zone of settling soils. The negative skin friction can be eliminated by installing a permanent steel casing around the pile through the settling zone. To avoid or reduce the potential for large settlements, it may be possible to avoid placing the fill by using a bridge structure for the east access drive, use of a lightweight aggregate fill, or by some combination of these, or other means. The piles should also be designed to accommodate lateral loads, tensile loads, and other loading conditions as may be transmitted from the structure. Although not believed to be a problem, it is also recommended that the piles be checked for a possible buckling failure mode in the very soft and very loose soils. Additional assistance in this regard can be provided upon request. Due to the artesian groundwater conditions at the site, there is a potential concern with upward seepage flow along the piles and the chance that this seepage flow could carry internally eroded fines to the surface. We recommend that an inverted filter of concrete sand be placed around the top of each pile together with a means of draining any seepage flow away from the piles. It is recommended that an inverted filter consisting of a one-foot thick layer of concrete sand (ASTM C-33 fine aggregate), covered by a one-foot thick layer of fine gravel (maximum %-inch -17- Report No.0704-11888 size with less than 5 percent material passing the No. 200 sieve) be placed around each pile at the ground surface or beneath any pile caps. This filter should extend a distance at least one pile dimension away from the pile butt in all directions. Pile Caps. All foundation elements, including any pile caps if used, should be situated at least one foot below final exterior grade for frost protection. If the near-surface clays are not allowed to dry during construction, then swelling of the subgrade clays is not expected to be significant and void spaces beneath the pile caps would not be required. In the event that an unbalanced water table condition could develop beneath a pile cap, the uplift forces can be assumed to be equal to the hydrostatic pressure associated with a design high groundwater level at the ground surface, assuming the ground surface is sloped for free drainage. Uplift resistance for the driven piles will be associated with uplift skin friction for that part of the pile in contact with the overburden clays. For an HP12x53 pile driven through 50 feet of overburden and assuming an uplift skin friction of about 300 pounds per square foot acting on the pile perimeter, an allowable uplift resistance of about 10 tons is estimated. Pile Construction. Construction recommendations for the H-pile foundations are included below in the report section entitled "Installation of Driven Pile Foundations." All pile installations should be observed by qualified personnel to help verify that refusal is obtained, the pile integrity maintained, and to perform related duties. Alternate Drilled Pier Foundations. As an alternate, drilled pier foundations could be considered for support of the pump station structure. This foundation approach may offer advantages if it is required to resist large uplift loads. Due to the presence of granular soils below the groundwater level and the artesian groundwater conditions, special consideration would be required for pier construction. Slurry construction, steel casing, or a combination of these is indicated for these conditions. The most positive approach would include use of permanent casings to the bearing strata. Additional recommendations for this foundation approach can be provided upon request. -18- MRO Report No. 0704-1188B " '� Structural Base Slab. As discussed above, we understand that the pump station base slab will be structurally supported on the pile foundations so that the slab will not be subject to large settlements. All areas of the subgrade beneath the slab should be sloped for positive drainage away from the structure. A minimum 8-inch void space height should be maintained between the bottom of the base slab and the top of the expansive subgrade soils. Intake Structure The new intake structure lake site is approximately 40 feet east of the existing intake structure. At the time the offshore borings were drilled, the surface of the lake was at EI. 648.1. Water depth at the two offshore boring locations was estimated to be 41 and 44 feet based on the weighted tape mudline measurements, resulting in estimated lake bottom elevations between 604 and 607. Mudline measurements in soft bottom sediments should be regarded as approximate. As one approach, driven, steel H-pile foundations are recommended to transfer structural loads to the underlying dense sands and sandstone. Eight to 11 feet of primarily loose sands, with some soft clays, were encountered in these borings. For a steel tower structure similar to the existing submerged intake tower, it is assumed that at least some of these loose sediments will be removed to firmer materials and that a work platform established on the lake floor with crushed stone or similar granular material to provide temporary support for the tower frame. It is further assumed that the tower frame will be permanently supported on deep foundations bearing in the underlying sandstone. Similar to the existing intake tower, the deep foundations could consist of driven H-piles. Based on preliminary static pile analyses, we estimate allowable design loads of 45 to 65 tons per pile for HP10x42 piles (A36 steel) driven to refusal in the sandstone, as described in the preceding paragraph. If A572 Grade 50 steel is used for this size pile, it may be possible to increase the allowable design load to in the range of 60 to 80 tons per pile, assuming favorable installation conditions. For HP12x53 piles, we estimate allowable design loads of 60 to 90 tons per pile (A36 steel) driven to refusal in the sandstone, as described above for the pump station structure. If A572 Grade 50 steel is used for this size pile, it may be possible to increase the allowable design load to in the range of 80 to 110 tons per pile, assuming favorable installation conditions. Uplift resistance of piles driven for the intake structure will be equal to the weight of the pile. -19- Report No.0704-1188B Based on static pile estimates for HP10x42 piles and HP12x53 piles, recommended minimum pile tip elevations--pile tips at or below these elevations—are summarized in the following table. Table 6: Recommended Minimum Pile Tip':Elevations,Intake:Strr 'hi' b -i. Boring Pile Tip Bearing. Minimum Pile Tip.`. Minimurn Pile°Tlp 'No., Material Elevation, HP10x42'Piles� Elevation,HP,'1W Piles B-6 Dense Sand/Sandstone 593 591 B-7 Dense Sand/Sandstone 593 591 Additional recommendations for driven H-piles for the intake structure with driving refusal based on a wave equation bearing graph would be similar to those included above for the pump station in the above report section entitled "Driven H-Pile Foundations." As an alternate approach, drilled pier foundations could be considered for support of the intake tower structure. Such piers would need to be constructed through steel casing extending into the sandstone, likely with slurry construction. It is envisioned that the piers would be constructed to the planned top elevation with the top of the casing cut off at this elevation and the tower structure attached. This type of foundation may offer advantages to resist uplift forces. Additional recommendations for this foundation type can be provided upon request. Also as an alternate approach, consideration could be given to excavation of the loose and soft sediments from over the top of the sandstone bearing stratum and construction of a concrete mat foundation. Additional recommendations for this foundation type also can be provided upon request. As previously discussed, we understand that the possibility of supporting the intake tower directly on the outlet works apron is also being considered. The elevations of the top of sandstone indicated in the lake borings (near El. 596) and the visually estimated elevation of the top of the sandstone in the left abutment outcrop at the downstream conduit apron appear to be near the estimated upstream conduit apron elevation. On this basis, the upstream conduit apron may be supported directly on the sandstone, or possibly on a compacted fill or lean concrete layer above the sandstone. Additional investigation would be required to confirm the actual foundation bearing conditions beneath the apron slab. Recommendations for additional investigation to evaluate the foundation bearing conditions beneath this slab can be provided upon request. -20- Report No.0704-11888 � Rn Buried Pipe The new raw water intake pipe will extend from the intake structure, through the existing dam outlet works, and to the proposed pump station. It is assumed that the new 54-inch diameter pipe will be supported above ground from the downstream outlet works apron to the point where it connects to the 90-inch diameter pipe. It is assumed that the new 54-inch diameter pipe will be supported on driven H-piles, similar to those used for the existing 54-inch diameter pipe. The top of the sandstone in the preliminary Boring B-31? was indicated to be near EI. 570. Driven H-piles for this pipe segment can be designed in accordance with recommendations included above in the report sections entitled "Driven H-Pile Foundations" and "Intake Structure." East of this point, we understand that several alternatives are being considered for the 90-inch diameter raw water intake pipe to the end of the new pump station header pipe, a total distance of about 480 feet. The desired approach is to bury the pipe so that the proposed new pavements can be constructed over it. It is also desired to support the buried pipe without deep foundation supports, if possible. Finally, the option of supporting the pipe on deep foundations above grade may be considered. Geotechnical recommendations for these approaches are summarized in the following paragraphs. Buried Pipe Without Deep Foundation Support. The existing ground surface along the centerline of this pipe segment is approximately between Els. 608 and 611. New fill will be placed over the pipe beneath the proposed access drive at the east end of the pump station. The thickness of the new fill will range up to 4 feet for the western 200 to 250 feet of the pipe. The pipe invert will be near El. 596, or approximately 12 to 15 feet below final grade. It is assumed that at least 7.5 feet of cover will be maintained above the top of the pipe for buoyancy purposes. For construction, this will require open trenches ranging up to 15 feet below existing grade. At the proposed bearing elevation, the pipe will bear in alluvial clays and clayey sands, which range from very soft to stiff in consistency, with N-values of 1 to 12 blows per foot. In addition, groundwater levels are near the existing ground surface. From a design perspective, it would be necessary to over-excavate the very soft and soft clays to a depth of at least three feet below the bottom of the pipe and replace these clays with materials suitable to locally improve the .SFS foundation bearing conditions, particularly for construction purposes. It is estimated that this -21- 6R0 Report No.0704-1188B would include placement of a well-compacted crushed stone (such as flexible base, TxDOT Item 247, Type A, Grade 1) over a geotextile filter fabric separation layer. Assuming that other construction concerns can be overcome, as discussed below in the report sections entitled "Excavations" and "Dewatering," then the pipe could be constructed using standard embedment and backfilling methods consistent with the buried pipe design and support of the overlying pavements. In areas where additional fill will be added to raise the grade by up to 5 feet, the buried pipe will be subjected to settlements ranging up to several inches. Differential settlements would be related to variations in the subsurface conditions and fill thickness over the pipe. The pipe should be designed to accommodate settlements of this magnitude. Flexible connections between the soil-supported pipe and the pile-supported pump station structure would be required. Additionally, special care will need to be exercised to carefully compact the backfill over the pipe in areas beneath pavements and other settlement-sensitive flatwork. Backfill settlements on the order of 1 to 2 percent of the backfill thickness should be expected to occur over time. This corresponds to settlements on the order of 1 to 1.5 inches, in addition to the deeper-seated consolidation settlements expected in new fill areas. It is estimated that about one-third of the . backfill settlements will occur during construction. An increased degree of compaction is recommended for the pipe backfill beneath pavements, as will be discussed in more detail below in the report section entitled "Fill Construction." Buried Pipe With Deep Foundation Support. If it is not practical to attempt to accommodate settlements as described above, then consideration could be given to supporting the buried pipe on deep foundations. The use of driven H-piles is recommended for this purpose. The piles could be designed as described above in the report section entitled "Driven H-Pile Foundations." Minimum pile tip elevations along this pipe segment are summarized in the following table for HP12x53 piles: Table 7: Recommended Minimum Pile Tip Elevations,:90-Inch Pips Boring Pile Tip Bearing Minimum Pile Tip Depth Minimum Pile Tip No. Material Below Existing Ground,feet Elevation B-3 Sandstone 66 548 B-4 Dense Sand/Sandstone 58 555 B-5 Sandstone 63 548 13-3P Dense Sand/Sandstone ��33 565 , -22- sly Report No. 0704-1188B In areas where new fill is planned and where large settlements are expected, the pipe would need to be designed to accommodate the additional weight of soil due to the changed pipe projection conditions, with the pipe supported on relatively unyielding deep foundations in an environment of settling soils. In this instance, the ground settlements would tend to cause soil arching to the top of the pile-supported pipe. The pipe and piles would need to be designed to support an overburden loading that would exceed the weight of soil directly above the pipe. Additionally, the piles would need to be designed to accommodate negative skin friction loads, as described above in the report section "Driven H-Pile Foundations." In general, it is recommended that the saddle supports for the buried pipe be supported by pile pairs as recommended above for strip foundation loads. This approach is typically recommended for pile foundations to accommodate eccentric loading effects associated with normal pile construction tolerances beneath pile caps. Above-Ground Pipe With Deep Foundation Support. This approach would consist of supporting the pipe above grade on driven H-piles. The H-piles should be designed as described above in the report section entitled "Driven H-Pile Foundations." Buoyancy Resistance. For the buried pipe approaches, the pipe should be designed to resist buoyancy forces associated with a maximum piezometric head that could occur at the base of the pipe. This will depend on the profile grade and the estimated upward seepage forces associated with the artesian groundwater conditions at the site. Resistance to uplift forces can be provided by weight of backfill over the pipe, tie-down straps to pile saddles or a concrete bedding cradle, or by similar means. The use of a trench drain along and beneath the bedding may offer some advantages to reducing uplift forces. Embedment and Backfill. The embedment and backfill for the buried pipe should be compatible with the design assumptions for the pipe, depth of cover, post-construction ground support requirements, and related items. We understand that welded steel pipe is planned for this project. Typically, steel pipe is designed as a flexible pipe to accommodate internal and external loading conditions. The vertical external soil load to the pipe will depend on the projection ratio as discussed above in the report section entitled "Buried Pipe with Deep Foundation Support." The embedment materials and compaction should be consistent with the design assumptions. In general, the embedment support should be uniform and free of large rocks and debris, which -23- CIV � ti?i �!IQKY s. 0101P. n, YEK. Report No.0704-11888 g --- could damage the exterior pipe coating materials. The embedment material must be placed without voids. The embedment material should not consist of a corrosive soil. A granular embedment material is typically preferred to satisfy these requirements. A durable crushed stone with a maximum particle size of about 1 inch should be considered for this purpose, such as Aggregate Grade 4 (Ref. 6) would be suitable for this purpose. This type of embedment material would be suitable for pipe support and would generally be easy to compact in confined areas such as within the haunch zone. For the larger diameter pipe, a minimum embedment thickness of 6 inches beneath the pipe is recommended and this embedment should extend above the bottom of the pipe, preferably to at least the mid-height of the pipe. Above the mid-height of the pipe, use of a compacted select fill or granular material is recommended. A select fill would consist of a clayey sand or sandy clay, classified as SC or CL according to the Unified Soil Classification System, with 25 to 55 percent passing the No. 200 sieve and a Plasticity Index between 5 and 15. This material should extend to at least 12 inches above the top of the pipe. These embedment soils should be placed in lifts with each lift compacted to a degree of compaction consistent with the pipe design. It is anticipated that this degree of compaction would be on the order of 90 to 95 percent of the '1 standard Proctor maximum dry density (ASTM D 698). The compaction should occur at soil moisture contents near the optimum moisture level (optimum ± 3 percent). If smaller compaction equipment is used, the loose lift thickness should not exceed six inches. It is anticipated that the backfill materials will consist of excavated clays in general. Select fill might be considered for use as backfill in areas beneath pavements or slabs in an attempt to help limit the magnitude of post-construction settlements within the backfill zone. At minimum, the backfill materials should be free of rock fragments and clods larger than 4 inches, organic materials, and other deleterious matter. In areas where the pipe backfill is not located beneath pavements or other slabs that may be sensitive to settlements, the backfill should be placed in 8-inch loose lifts with each lift compacted to at least 95 percent of the standard Proctor maximum dry density (ASTM D 698). In areas where the pipe passes beneath pavements, settlements of the pipe backfill should be anticipated, as discussed above in the report section entitled "Buried Pipe Without Deep Foundation Support." In these areas, it is recommended that the degree of compaction for the pipe backfill be increased to 100 percent of the standard Proctor maximum dry density. Other means could be considered in attempts to further reduce backfill settlements, such as use of a -24- 6RO Report No. 0704-1188B higher quality granular backfill, mixing cement with the backfill, or some combination of these or other means. It should be noted that efforts to reduce pipe backfill settlements will not reduce the deeper-seated consolidation settlements in areas where new fill is placed above existing grade, as described above in the report section entitled "Buried Pipe Without Deep Foundation Support." Care should be exercised to avoid possible damage to the pipe or coating due to the operation of heavy compaction equipment too close to the pipe. Additional considerations for placing and compaction of backfill are discussed below in the report section entitled "Fill Construction." Thrust Blocks / Restraints. It is assumed that the pipeline will be designed to resist any unbalanced thrust forces using restrained joints, thrust blocks, or a combination of these or other methods. Ideally, thrust blocks should be design to bear against firm, undisturbed natural soils. As previously described, the soils along the pipe alignment and at the pipe depth consist of clays, which vary from very soft to stiff in consistency. In general, lateral bearing values on the order of 500 to 1,000 pounds per square foot are anticipated for stiff clays. For the very soft and soft clays, the site-specific soil conditions should be reviewed relative to lateral bearing at each thrust block location. The evaluation of lateral bearing resistance provided by soils should reflect the lateral movements required to mobilize the passive earth pressure conditions. An ultimate sliding friction coefficient of 0.3 is estimated for concrete bearing on medium stiff-to- stiff, undisturbed clays. Transformer Pads The two transformer pads will have plan dimensions of about 15 by 55 feet and will be situated immediately northwest of the northwest corner of the pump station on both sides of the new access road. The transformers will be situated in two rows of four transformers each and it is assumed that they will be supported on a concrete slab-on-grade. It is planned to establish the top-of-slab elevation near EI. 610, which will require 1 to 2 feet of fill and a short retaining wall along the south edge for the south slab and up to 6 feet of cut with a retaining wall along the north edge for the north slab. Depending on the weight of the transformers, it is roughly estimated that the slab could be equivalent to an area loading on the order of 200 to over 1,000 pounds per square foot. -25- Report No.0704-11886 "now- The -The test borings nearest to the transformer pad site indicated the presence of clayey sands and sandy clays to depths of 12 to 14 feet (Borings B-3 and B-4). N-values in these soils ranged from 0 to 8 blows per foot within this depth zone. For the north transformer pad, the foundation loads imposed by the transformers are estimated to be comparable to the weight of the 4 to 5 feet of soil removed. Under these circumstances, we recommend that the foundation soils immediately beneath the transformer slab be over- excavated to a depth of three feet below the planned subgrade elevation. The plan limits of the undercutting excavation should be established on the basis of an imaginary line extending outward and down from the base perimeter of the slab. The bottom of the undercutting excavation should be scarified to a depth of 6 inches and compacted to at least 95 percent of the standard Proctor maximum dry density (ASTM D 698). The entire excavation should then be re-filled with the excavated soils placed and compacted in lifts as described below in the report section entitled "Fill Construction." The transformer slab supported on this compacted fill pad can be designed for an allowable bearing pressure of up to 1,000 pounds per square foot. It is estimated that the slab settlements should be limited for this case, and not exceed about 1 inch. For the south transformer pad, a similar approach could be considered. However, if the transformer weights are on the high end of the range discussed above, and if the subsurface conditions found in Boring B-4 prevail at this location, then settlements on the order of several inches are estimated. For these conditions, this transformer slab may need to be supported on driven H-pile foundations, as recommended for the pump station structure, in order to limit settlements. Consideration might also be given to moving the south transformer pad to just west of the north transformer pad. Retaining Walls The current plan includes approximately 400 linear feet of new retaining walls that will range up to 6 feet in height. These walls will be located along the north side of the access road, the north and south transformer pads, and along the south side of the east access road, near the crest of a ravine between the existing transformer yard and the east fish hatchery berm. It is anticipated that these walls will be designed as cantilever retaining walls or possibly as mechanically stabilized earth walls with segmental block facing. -26- GRO Report No.0704-1188B — — ---.. Walls that are not structurally restrained from small outward movements can be designed using active earth pressure conditions with the active lateral earth pressure coefficient, Ka. Below- grade walls or grade beams should be designed for the at-rest earth pressure assumptions, using the at-rest lateral earth pressure coefficient, Ko, since these walls would be structurally restrained from movements required to mobilize the active earth pressure condition. Retaining walls are not typically restrained, and are therefore subject to the active earth pressure condition. Recommendations for retaining wall design are included in the following paragraphs. Wall Foundation Bearing. Due to the presence of very soft and very loose clayey sands and sandy clays within the anticipated bearing zones for the retaining walls, it is recommended that the bearing soils beneath the retaining wall foundations be improved. This improvement would be similar to that recommended above for the transformer pads. The existing soils immediately beneath the retaining wall foundations should be over-excavated to a depth of 3 feet, the bottom of the excavation scarified and compacted, and the excavated materials replaced in well- compacted lifts to the proposed bearing elevation. The width of the undercutting excavation should be established using imaginary lines extending outward and down on a 1H:1V slope from the base perimeter of the foundation. Care should be exercised to completely fill the entire undercutting excavation with well-compacted fill. The fill should be placed and compacted in accordance with recommendations included below in the report section entitled "Fill Construction." For these conditions, the retaining wall foundations can be designed using an allowable bearing pressure of up to 1,000 pounds per square foot. An ultimate sliding resistance friction factor of 0.3 may be used for foundation concrete on firm clay. This allowable bearing pressure may be increased to 1,400 pounds per square foot if the 3 feet of undercutting and replacement, described in the preceding paragraph, is modified by using a well-compacted crushed stone (flexible base, TxDOT Item 247 Grade 1 or 2, Ref. 5) instead of the native soils. For this approach, a woven geotextile, such as Mirafi 50OX or equivalent should be placed in the bottom of the undercutting excavation prior to placing and compacting the replacement flexible base material. If additional bearing is needed, it is recommended that the retaining wall foundations be supported on driven H-piles as for the buried pipe. Lateral Earth Pressures. Lateral earth pressures for retaining wall design depend on the type of backfill, drainage conditions, backfill compaction equipment and procedures, and other r� factors. It is anticipated that backfill types that may be considered include free-draining granular fill and select fill. It is anticipated that on-site sandy clays might also be considered for retaining -27- -furpan Report No.0704-1188B wall or grade beam backfill, or for other structures. A free-draining sand and gravel could consist of a washed material (river sand and gravel or crushed stone) meeting the requirements of TxDOT Item 421 (coarse concrete aggregate) or similar material with less than 5 percent fines passing the No. 200 sieve and a maximum particle size of 0.5 to 1 inch. Select fill should consist of a clayey sand or sandy clay, classified as SC or CL according to the Unified Soil Classification System, with 25 to 55 percent passing the No. 200 sieve and a Plasticity Index between 5 and 15. It appears that some of the on-site clayey sands would qualify as select fill. All backfill should be free of rock fragments larger than 4 inches, roots, vegetation, or other deleterious matter. Minimum backfill limits behind the walls should extend outward and up on a 1HAV slope from the base of a below-grade wall. The fill should be placed in maximum 8-inch loose lifts and compacted as described below in the section entitled "Fill Construction." Additional care should be exercised to avoid overstressing the wall by operating heavy compactors (greater than 10 kips including any dynamic loads)within 5 feet of the back of the wall. Use of thinner loose lifts (on the order of 6 inches or less) is recommended in conjunction with operation of hand- operated or small riding type compactors behind the walls. A total unit soil weight of 125 pounds per cubic foot can be assumed for these backfill types. An equivalent fluid pressure distribution can be used to approximate lateral earth pressures acting against the back of the retaining walls. Recommended equivalent lateral earth pressures, without surcharge, are summarized in the following table: Table 8; Recommended EouivalentFluid Pressures For'Design,of. Retainin WMIs-and Grade Beams 9� . (pounds per square foot per foot of. eptti) Backfill Active Condition,(IQ( .�) At Rest:Condition(ICo) Type Above Water Below Water Above Water. BelovK<Water" Table' Table Table Table Free-Draining Aggregate 45 85 50 85 (Ka=0.35; Ko= 0.4) Select Fill 55 90 70 95 (Ka=0.45; Ko=0.55) On-Site Sandy Clays 80 100 85 105 (Ka=0.65; Ko=0.70) -28- -fi=1'jr.. Report No.0704-11888 ® � The equivalent fluid pressures for the below-water table condition were obtained by using the submerged or buoyant unit backfill weight (buoyant unit weight of 63 pounds per cubic foot)and adding the hydrostatic pressure. A surcharge load, q (in pounds per square foot), will typically result in a lateral pressure equal to about 0.45q (uniformly distributed with depth). This should be added to the above equivalent fluid pressure to obtain the total lateral earth pressure for design purposes. If the surcharge loading is located a distance away from the back of the wall greater than the wall height, the lateral pressure increase to the wall from this source will be minimal. Earth Pressure Coefficients and Base Sliding Resistance. It is anticipated that there will be instances where wall movements may be sufficient to mobilize the active earth pressure condition and where passive pressures may be required to resist lateral forces, as is the case for retaining walls. Lateral earth pressure coefficients for general design purposes are summarized in the following table: Table 9:. Recommended Lateral Earth`Pressure Coefficients> Backfill', Active Earth:Pressure Passive"Earth Piressure Type Coefficient, K, Coefficlent X Free-Draining Aggregate 0.35 2.8 Select Fill 0.45 2.2 On-Site Sandy Clays 0.65 1.5 These coefficients assume that the backfill is satisfactorily compacted. For the select fill and on- site clays, the cohesion component has been neglected. Lateral loads transmitted to base slabs or foundations can be resisted by sliding resistance developed between the foundation concrete and the bearing stratum. Ultimate sliding resistance friction factors of 0.5 may be used for foundation concrete on well-compacted granular fill, 0.4 on well-compacted select fill, and 0.3 on firm clay. These values assume the absence of plastic sheeting or a smooth geomembrane placed beneath the foundation concrete. Wall Drainage. It is recommended that backfill drains be provided for all retaining walls. These could consist of perforated, longitudinal pipe drains, weepholes, or a combination of these, depending on the wall type and backfill types selected. -29- Report No.0704-1188B : --�- If free-draining or select backfill is used, it is recommended that a 1.5-foot thickness of well- compacted, impervious clay cover be placed over the backfill surface to minimize infiltration. The upper surface of the wall backfill should be sloped to provide for positive drainage and minimize the potential for infiltration of surface water into the backfill. Backfill Settlements. As described below in the section entitled "Fill Construction," all backfill and associated new fill placed behind retaining walls should be constructed in well-compacted lifts. Special care must be exercised to "tie in" the backfill with adjacent undisturbed, firm, natural soils by excavating deep benches into the firm natural soil during placement of each fill lift. All loose materials and "slope wash" that may accumulate in the wall excavation during construction should be completely removed prior to placement of the backfill materials. Some post-construction settlement of the backfill should be anticipated, as described above in the report section entitled "Buried Pipe Without Deep Foundations." This is typically on the order of 1 to 2 percent of the backfill height (or more), even if satisfactory compaction of the backfill materials is achieved. Therefore, it is recommended that special consideration be given to the design of any foundation slabs and pavements that may extend over this backfill as a result of the potential for differential settlements introduced by this condition. The wall backfill settlements would be in addition to any deeper-seated settlements resulting from the weight of new fill placed over the compressible foundation soils. Pavements Specific axle loading and traffic volume characteristics have not been provided at this time, but we assume that the access road will be subjected to occasional heavy trucks, light trucks, and automobiles. We understand that it is planned to use Portland Cement concrete pavement sections, consistent with general area practice. However, depending on the alternative design approaches selected, there may be a potential for significant settlement movements in some of the pavement areas. In general, asphaltic pavements are more suited to sites where relatively large settlements of the pavement subgrades are anticipated. Areas where large settlements occur will require increased maintenance, early overlays, or a combination of these. We assumed an average of 5 equivalent 18-kip axle loadings per day for a design period of 20 years. Based on the laboratory test results, a CBR value of 3 was assumed for the raw subgrade soils in a compacted condition beneath the pavements. A higher CBR value (estimated to be 12)was assumed for cement-treated subgrade soils. -30- Report No.0704-11888 ml Subgrade Preparation. Based on the conceptual plans, it appears that much of the pavement will be constructed in cut sections ranging from 0 to about 4 feet in height. Fills will range from 0 to 3 feet, with the thickest fill occurring at the east entrance to the pump station. Due to the presence of very loose or soft soils indicated in the pavement areas, it is recommended that these soils be undercut as needed to provide for 1.5 feet of well-compacted soils beneath the pavement subgrade. In cut areas this would require undercutting to at least 1 foot below the proposed subgrade level. The soils exposed at this depth would be scarified to an additional depth of 6 inches and compacted to a minimum of 95 percent of the maximum standard Proctor dry density (ASTM D 698) near the optimum moisture content (optimum t3 percent). The subsequent subgrade preparation and fill placement should be performed in accordance with recommendations outlined below in the sections below entitled "Site Preparation" and "Fill Construction," including the proofrolling observations. After completion of this work, it is anticipated that the exposed pavement subgrade will consist primarily of sandy clays or clayey sands. Consideration should be given to stabilization of the subgrade clays to provide for increased strength and uniformity of support beneath the pavement section. For low-plasticity clays and fine clayey sands, it appears that a cement admixture would provide the greatest benefit in this regard. Based on the anticipated average Plasticity Index for the subgrade soils, we estimate that 5 percent by dry weight of cement would be adequate for this purpose. If it is decided not to treat the subgrade soils, then the pavement section would need to be designed for this condition. Pavement Sections. Recommended thicknesses for jointed reinforced concrete pavement sections and hot-mix asphalt pavement sections are presented in the following table. Additional evaluation of the pavement design can be performed upon request on the basis of more specific estimates of the design traffic and design period. Table 10: Recommended.Pavement Sections for Access Drives Layer Material Thickness, inches Jointed Reinforced Concrete Pavement(JRCP) Base Section Portland Cement Concrete 6 Cement Treated Subbase 6 Compacted Sub rade 6 0F�IC-;1 �I 11-kE�C;OK& -31- CI17 61Cli�Efir;!bY GRO Report No.0704-1188B Table 10: Recommended Pavement Sections forAccess Drnres-. s Layer Material. 7h�ckness,� ;< Alternate Section Portland Cement Concrete 7 Com acted Sub rade 6 Asphaltic Concrete Pavement HMAC Base Section Hot Mix Asphaltic Concrete 5 Cement Treated Base 6 Compacted Sub rade 6 Alternate Section Hot Mix Asphaltic Concrete 5 Flexible Base crushed stone 6 Geotextile Compacted Sub rade 6 Design of the Portland Cement concrete pavements should be based on a minimum 28-day concrete compressive strength of 3,600 psi with 4 percent to 6 percent entrained air. Hand- placed concrete should have a maximum slump of 4 inches. A sand-leveling course should not be permitted beneath pavements. The concrete should be placed within one and one-half hours of batching. During hot weather, the concrete placement should follow ACI 305 (ref. 3) Hot Weather concreting guidelines. In no case should concrete temperature exceed 95°F. Consideration should be given to limiting concrete placement to the time of day, which will minimize large differences in the ambient and concrete temperature. Use of superplasticizer should be considered to improve the concrete workability without increasing water cement ratio. Past experience indicates that pavements with sealed contraction joints on 15 to 20-foot spacings, cut to a depth of at least one-quarter of the pavement thickness, have generally exhibited less uncontrolled, post-construction cracking than pavements with wider joint spacings. Also, expansion joints should be used wherever the pavement will abut a structural element subject to different movement levels, e.g., light poles, retaining walls, existing pavement, stairways, entryway piers, building walls, or manholes. After construction, the construction, contraction, and expansion joints should be inspected periodically and resealed, as necessary. The JRCP pavement should be nominally reinforced using at least No. 3 bars at 18 inches on center in each direction. -32- Report No.0704-1188B The cement-treated base should conform to requirements of TxDOT Item 275. The HMAC pavement should be constructed in accordance with TxDOT Item 340 and the flexible base should consist of a well-graded crushed stone, TxDOT Item 247, Type A, Grade 1. The geotextile reinforcement/separation fabric should consist of Mirafi 60OX or similar. Fill and Backfill Materials In general, excavated on-site soil materials can be used for general fill at the site, as backfill for buried pipes, and for other purposes. All fill should be free of organic, deleterious, and otherwise unsuitable materials and rock fragments or clods larger than 4 inches. Other fill and backfill types discussed in the report should also meet the above requirements and are summarized below for reference: Select Fill: Clayey sand or sandy clay, which classifies as SC or CL according to the Unified Soil Classification System. The select fill should have a Plasticity Index (PI) between 5 and 15 and the percent passing the No. 200 sieve between 25 and 55 percent. Crushed Stone: Well-graded crushed stone: TxDOT Item 247, Flexible Base, Type A, Grade 1. Granular Backfill: Free-draining sand and gravel: washed material (river sand and gravel or crushed stone) meeting the requirements of TxDOT Item 421 (coarse concrete aggregate) or similar material with less than 5 percent fines passing the No. 200 sieve and a maximum particle size of 0.5 to 1 inch (Grades 4, 5, or 6 in TxDOT Item 421). Crushed stone (flexible base) and granular backfill will need to be imported from off-site sources. It appears that at least some of the excavated on-site soils will likely meet the requirements for select fill. Additional tests during construction may confirm which excavated soils meet the above guidelines. Where select fill, flexible base or granular backfill is used beneath or adjacent to structures, an impervious cover of well-compacted clay fill with a 1.5-foot minimum thickness should be placed over these materials extending outside the limits of the structure to minimize the potential for infiltration of surface water into this fill. The use of flowable backfill material may be considered as fill or backfill in small or confined -33- GR® Report No.0704-1188B w areas where operation of ordinary soil compaction equipment is regarded as impractical, or where high water levels make compaction difficult. Flowable backfill is a mixture of sand, cement, fly ash, and water to form a very lean concrete mixture (TxDOT Item 401). Site Grading, Slopes, and Drainage In general, final grades constructed in or of the moderately plastic soils at the site should be sloped at 4 horizontal to 1 vertical (4H:1V) or flatter. It is recommended that any slopes exceeding about 6 feet in height be reviewed. Assistance in this regard can be provided upon request. It is recommended that all site grades be sloped for positive drainage, particularly near structures, slabs, and pavements. The final exterior grade should slope at 5 percent for a distance of at least 10 feet away from all structures and pavements. Provision should be included to maintain this minimum slope over structure backfill subject to settlements. CONSTRUCTION CONSIDERATIONS Trafficability The near-surface soils over much of the plant site consist primarily of loose to medium stiff sandy clays and clayey sands. These soils will deteriorate rapidly and develop ruts under the action of heavy wheeled vehicles, particularly during wet weather periods. In the abandoned fish hatchery pond, it appears that the soils beneath a thin surface crust will remain saturated, even during dry weather periods. During wet weather periods, it appears that this part of the work area will be under water. It appears that use of track-mounted equipment will be required for construction in the pond area in general, and in other areas during wet weather periods. The need for temporary access roads (crushed stone aggregate surfaces)should be anticipated in work and stockpile areas, and in other areas exposed to heavy wheel traffic. Excavations It is anticipated that excavation of the soft to stiff overburden soils can be accomplished with ordinary earthwork equipment and operations. -34- =i"1;R a Report No.0704-11886 The most significant excavation for the proposed construction would be required for the buried 90-inch diameter raw water pipe, if a buried pipe approach is selected. This would require a cut excavation on the order of 15 to 18 feet deep (including undercutting for pipe support) parallel to the toe of the dam, along a line approximately 100 feet downstream of the toe. The excavation will extend through very soft to stiff clays below the groundwater level. Due to the proximity of the excavation in the vicinity of the toe of the dam, it is recommended that the excavation, pipe placement, and backfilling be constructed in segments, not exceeding about 40 feet of excavation open at a time. It is recommended that the construction be conducted in braced excavations rather than open cuts so that potential ground movements can be controlled. The most positive approach would include use of sheet piles with internal bracing as needed. At least one row of bracing would be required. A second row may be needed if squeezing conditions are indicated in the bracing system design. The sheet piles should also be designed to help resist potential base heave conditions. A preliminary design illustration with lateral earth pressure for design of a retention system with two rows of bracing is presented in Plate K. Dewatering efforts are recommended to reduce hydrostatic pressures in sand layers, as described below in the report section entitled "Dewatering." In general, and in our experience, the contractor is responsible for maintaining stable and safe excavations in accordance with Occupational Safety and Health Administration (OSHA) guidelines. The excavation recommendations in this report section have been included for general information and general reference purposes. For the buried pipe trench, it is recommended that the contractor be required to provide an excavation /dewatering plan prior to start of excavation construction. This plan should be prepared by a qualified professional engineer licensed in the State of Texas and with experience in the design of this type of bracing and dewatering system. Review of this plan will in no way relieve the contractor of his obligation to provide a safe and stable trench excavation. The plan should include provision for monitoring of ground movements in the vicinity of the trench excavation. This should include installation of slope indicator casings at selected locations with readings taken in these casings at regular intervals while the excavation is open. Excavations to depths of up to 4 to 6 feet are anticipated for construction retaining walls on the uphill sides of the proposed access road and transformer pads. In these areas, excavation -35- Report No. 0704-11886 • slopes on the order of 1H:1V should remain stable temporarily to allow for construction of the proposed retaining walls. Dewatering Groundwater was encountered at shallow depths in each boring at the time of this study. In the existing pond area, it will be necessary to control ponded surface water and seepage inflow to create a dry work area. It is anticipated that this can be accomplished by construction of temporary dikes, directing surface water flow to collector ditches, and pumping from sump pits. For the buried pipe trench excavation, more extensive dewatering efforts may be required to maintain a stable base condition. These efforts may include closely spaced well points, deep wells, or a combination of these. Since most of the soils within the excavation depth consist mostly of low-permeability clays and clayey sands, only limited quantities of groundwater flow are anticipated. The function of the dewatering system would be primarily to reduce hydrostatic pressure in the deeper sand seams and layers that could result in heaving of the base of the excavation. However, long-term lowering of the piezometric heads will result in an increase in the effective stress in the deeper soft clays, and this will tend to induce unwanted consolidation settlements, possibly of significant magnitude. Under these circumstances, it would be required to operate the dewatering system at a given trench segment location only for as long as necessary to install and backfill the buried pipe. A well-point / deep well dewatering system is typically designed, installed, and operated by a specialty dewatering contractor. As described above, it is recommended that the contractor be required to submit a dewatering layout with his excavation / dewatering plan prior to start of the excavation. The plan should include installation of several piezometers at selected locations in the vicinity of the trench so that the effectiveness of the de-pressuring efforts can be evaluated prior to start of excavation and during the period of time that the excavation is open. Additionally, the plan should also include provision for monitoring of settlements during the period that the dewatering system is operating within each segment. If settlements exceed an acceptable threshold, say on the order of one inch, then the excavation / dewatering system would need to be modified to limit settlements. -36- 6R® Report No. 0704-11888 Site Preparation In general, prior to placing any fill material, all existing surface vegetation, trees, loose fill, debris, and similar unsuitable materials should be removed from within the limits of the fill areas. All exposed subgrade soils should be proofrolled by observing the subgrade response to the weight of a heavily loaded dump truck or similar heavy wheel load. Any soft or loose areas thus disclosed should be removed and replaced with a well-compacted, suitable replacement fill. All exposed soil surfaces should then be scarified, wetted as required, and re-compacted between 95 and 100 percent of the maximum dry density as defined by ASTM D 698 (standard Proctor test). If the exposed materials consist of a low-plasticity clay (with a PI of less than 20), the compaction should be performed at or near the optimum moisture content (-3 to +3 percent). If the exposed soils are expansive clays with a PI of 20 or more, then the compaction should be performed at or above the optimum moisture content (0 to +5 percent). The site may then be filled to grade using a suitable fill, free from deleterious matter and rock fragments larger than 4 inches. Proofrolling and compaction of fills is not necessary in areas beneath suspended floor slabs. However, such fills should be nominally compacted and graded to drain from beneath the structure. Fill Construction All fill materials should be placed in 6- to 8-inch loose lifts and suitably compacted. Where general fill is placed outside the footprint of new structures, each fill lift should be compacted to at least 95 percent of the standard Proctor maximum dry density (ASTM D 698). The compaction moisture contents for general fill composed of low-plasticity clays (PI less than 20) or cohesionless soils should be near the optimum moisture content (-3 to +3 percent). The compaction moisture content for clays with a PI of 20 or more that are used as general fill should be at or above the optimum moisture content (optimum to +5 percent above optimum). Field density tests should be performed at a frequency of one test per each 5,000 square feet, per lift, for all compacted fills. For areas where hand tamping is required, the testing frequency should be increased to approximately one test per lift, per 100 linear feet of area. Special care must also be exercised in placement and compaction of backfill in excavations where structural elements, pavements, or other flatwork will be supported on backfill, as discussed above in the report section entitled "Backfill Settlements." Backfill beneath foundations or foundation elements that are not suspended should be considered on a case-by- -37- ooao Report No.0704-1188B s — case basis so that the possible need for special fill, such as a well-graded crushed stone, flowable fill, or similar material extending to specified limits, can be evaluated. Beneath pavements or flatwork, backfill placed over buried pipes or similar confined areas should consist of select fill or on-site clays placed with special care in accordance with methods described in this section (and in other report sections) to help minimize the potential for post-construction settlements. Installation of Driven Pile Foundations In general, driven piles should be installed in accordance with guidelines included in TxDOT Item 404. However, it is recommended that the refusal criterion for the piles be established on the basis of a pile load test, a wave-equation bearing graph, or a combination of these, rather than on the basis of a dynamic formula. The use of indicator piles at selected locations across the site is recommended to evaluate the driving conditions and to identify difficulties in reaching minimum pile tip elevations. These items should be discussed with the contractor during a pre- construction meeting. The installation of driven pile foundations should be observed by experienced geotechnical personnel during construction to help insure compliance with design assumptions including: 1) condition of the piles prior to installation, 2) condition of driving equipment before and during installation, 3) pile alignment, 4) compliance with driving criteria and minimum tip elevations, 5) pile heave checks, 6) pile installation records, and 7) related items. DESIGN REVIEW AND CONSTRUCTION MONITORING We recommend that Fugro Consultants be provided the opportunity to review the final design drawings and specifications in order to evaluate if geotechnical-related recommendations in this report have been properly interpreted and implemented. Excavation, dewatering, and instrumentation submittals should be similarly reviewed. Wide variations in soil and rock conditions typically occur between the boring locations. Further, unanticipated variation in subsurface conditions may become evident during construction. During the excavation and foundation phases of the work, we recommend that a qualified geotechnical engineering firm be retained to provide construction observations and related services to: 1) observe compliance with the geotechnical design concepts, specifications, and -38- Report No. 0704-11888 recommendations, 2) install and/or review instrumentation associated with potential trench movements and dewatering, 3) observe subsurface conditions during construction to verify that the subsurface conditions are as anticipated based on the test borings performed for this investigation. LIMITATIONS Since some variation was found in subsurface conditions at the specific boring locations for this study, all readers should be aware that a greater variation could occur between the boring locations. Statements in the report as to subsurface variations across the site are intended only as estimations from the data obtained at specific boring locations. Additionally, Fugro's scope of work does not include the investigation, detection, or recommendations related to the presence of any biological pollutants. The term "biological pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the byproducts of any such biological organisms. In preparation of this report, we have strived to perform our services in a manner consistent with that level of care and skill ordinarily exercised by other members of our profession currently practicing in the same locality under similar conditions. No other representation, express or implied, and no warranty or guarantee is included or intended in this report, any addendum report, opinion, document, or other instrument of service. The results, conclusions, and recommendations contained in this report are directed at, and intended to be within, the scope of work contained in the agreement executed by Fugro and client. This report is not intended for any other purposes. Fugro makes no claim or representation concerning any activity or condition falling outside the specified purposes to which this report is directed, said purposes being specifically limited to the scope of work as defined in our agreement. Inquiries as to our scope of work or concerning any activity or condition not specifically contained therein should be directed to Fugro for evaluation and, if necessary, further investigation. -39- =1 Report No. 0704-11888 REFERENCES 1. Bureau of Economic Geology, The University of Texas at Austin, Geologic Atlas of Texas, Dallas Sheet, 1972. 2. International Building Code, 2000. 3. ACI Manual of Concrete Practice, Part 3, 2001, Section 4.3. 4. Palmer, J.F., Soil Resistivity Measurements and Analysis," Materials Performance, Vol. 13, January 1974. 5. Texas Department of Transportation (TxDOT), Standard Specifications for Construction of Highways, Streets and Bridges, 2004. 6. Standard specifications for Public works Construction, North Central Texas Council of Governments (NCT COG), latest edition. -40- Report No. 0704-1188B ILLUSTRATIONS Boring and laboratory data presented were developed solely for the preparation of this report. We are not responsible for interpretation or use of these data for purposes beyond the stated scope of this report. Subsurface conditions different than those found at our boring location may be present as a result of, among other factors, soil moisture variations, fill placement, and naturally occurring variations in soil properties and elevation of the top of the rock. Cid FT, `�K M. > •- Street Atlas USMj 2005 On �� RMa�MOl�nc �P - NEAAMGITt 4 ..: Pay,cN - Rcr S w. "WESiVIM RD `z i ... o ff' ag(O MOtinta n f i .. &AYS!10k CT g r" PROJECT S ITE o- _ GOLF cwg,. i . a a ' .w E1;4HS RD D >. P LISP.LN� st i iononom fwn raga r p North T � SITE VICINITY MAP " Eagle Mountain Lake Intake Structure and Pump Station Tarrant County, Texas FUGRO CONSULTANTS Date: Scale: Map Source: Project No_ Geotechnical and construct rt materials rngDree#;ig&TL rg 28 March 05 Not to Scale DeLorme Street Atlas 0704-1188 PLATE A 7 4: t♦1 + S � .•i '' _ rya y' 'd" r • 't.•. f r f 77 -_Pt �'y� ?w " � .U'.'� �y �E' .; �1L ♦ .r wi rx y.�''P'� r - �r; Y' q'LC,X �'� „H+ ' �.fi Y�.�'`fi ,t- y ,�•t ♦ .. a.•,�, _� ♦ a.-'l p �#}�,i t�w`TS w..x i:kt� .� <4s' � if 1?Y • i • k�t v PROJECT E CT rt`�'3'�,w' s'� • t SITE IL Wfw ! S ,Ihr ,•}R7" .� � .' F,=vn.S ^r•„.;.} a �,, y .7 £ i I {alb J �t�3rNSt �r: J M vo 44 Y' 1 rte,. r���. 1 -{: � �T .�,�t. ,�•"�o'ifif}f'���, f • f is i y ', � f Ref:USGS Topo.Quad.Map Lake Worth, 1952 Approximate Scale V=2000' North TOPOGRAPHIC QUADRANGLE MAP Eagle Mountain Intake Structure and Pump Station Tarrant County, Texas =UGRO CONSULTANTS LP Date: 217105 Drawn By: WR 0704-1188T Project No.: PLATE B N U U = x LLI a c W 9H _ „� a O 4F CO CO �F+ � fA O v/ RY pB Yl� y Y�` � Y Fq M r F o � _0 CL 06 AtO, � � C d m oy� O i co co Co 1° M fD E as tp W Q- 1`6 4 Z N ` Z O LL _ U) 0 a' x w � ~ Q p J F- = a o 0 �m c �• w c fU t0 c »APO O C E 5- 3mu MyrFk1„r. C CO) a a. off co co A 7 qa F co �'t p 01 Y CU p O " o r C •� C Z I'm p }+ r cu w a +• .� rn cu a CD iA, CL � cu Y Z CD LL a W Q 4) W H J o a O = o a U L O .:s c a � m R .. coco CU 00 L c C 0 Z § w r Q W a � o d ' O LL C; CL g w cu f6 � C O O m cu � 0 ua CL cli L I a m' r ary� r s ! � � I �•d a c a , >. c cae- ara ' $ W N O O� 7y ON m mO m O� e (D m n E u 'r^j• 1"iF$ �v ' i �* ,;i' bF qa�Y,f'$ in, rt x -\.aEfAM1 -anal Vq ma K. .:y J �g 't, f `kTONnig+ a<aa ,g1 �"Al ddj { ''7'S'S'.95"s t" Will R 9 ...- a..!�?�`nL. w '� "�r>A.^,a.. '+ ri Jle a*• �+°. A IN -� K �'� �,f�'"n }� �• a� ,iii i 4 � .,ate r 30 �41, •,` cts a,. '2":.'.° g ^'�a;'� �4 4 s� �,' W.7 71 �...e fit` ,a. -�j {y. � �".'s`� � ��. • ;� OFF mar x' ,c•ax.. s� � ��� i # k <S3 Sa"i 4 sJ ala _ wtgz F'17\ w Eagle • and Pump Station GEOLOGICa Tarrant 9 County, • • Map Source: D. E0 nes Bureau of Economic Geology, Dallas Sheet 28 March 2005a O 0 Go 0 .................. ..................................................... 0 CV) ............ L tl 0.. ......:.........:.......tn.:..........:........ .:......... 0 U W F- Z < 0 F- ap F- 0 _J: U: i=l CL J. < LLJ <: ❑ V) CL U I'7c�:, u c > 0 ........ .......... ............... .................... .... ......... ......... ......... 0 LL. _J: -i Lr) 0 w 0 0) a c a� & < (D c 0 CL ::) X — p F- W 41 U F- I c u Ld 0 vi Q CY 0 4- F r- V) F- 0 tA LL. z Z) 0 tA W W PO .................. ....................... ... 0 0............... 0 L 0 < U z U F- Z F- F- z u LLIV) z c E3 0 LJ ik F- q le & 0 (4 < LLJ < < N -j F- a- d FE u t--1 z 4- 05 J .0 0 c _j 0 0 <3 < Z. < -p F- tn Ld z Z) 0 Lj z 0 NN Wx: LD c L W d U -1 4- L9 d Z < .......... . ................ ......... 0 w d cu W LD z z IA F- 0 .0 J J ~ 0 U 0 C5 Wj _j > -j 4- 0- 0 < N z 0 > 0 0 z c U .. ............ .................... ...... .......p....... 0 CY F- _j c < (b 0 4) -1 _jz L WW - u > > P(4 w W < -i _j w (- w 0 � (4- LLJ 10 w w F- W W < 0 0 0 0 0 0 0 0 0 0 0 < F- 0) :X N — 0 a% co rl %D in IT (1) cu :x Ld $::I �D �,D �,D In Lr) Lo Lr) Ln In 0 n p, x.2 z '00 Z 0 :3 N0) 0 '4-3 'UO!}IOAa 13 ow 0) ik LD CL 12 > EEI 01- 1 PLATE H O ,I- (U O :..............................:..........:..........:.............................;....... .. N N i. L j O .........................................:........ ....... .:.........:................... p > W N [ W Q In U O_ o Q Li p Z a LW . O o7 z • u 4; " O Ll PCI 0- ............. ..................................;.........;....................:........ ..... LLI :D_ o u Z p co Q ❑ Q ¢ co C O O X , o .........:... .................................... ........ ..-.. ...... ...... n- .r III } Z 41. u W Q Q F- u W O F_ � 0 J U Vi N U >' e J Z O 0 F- O p Q Q W0 Y_ o ...... N N >............................... ... .......�........ .. N (� Q U pZ L J U Z !- J O) z U Q L Q W 4- 0 p W D_ -) ~ A ¢ & a O ¢ 't ................................ ................. ........................... NJo U Z O J o a ¢ Q +, N W z .. .......... ...................: A O W OZ a � s W e J 0 0 Q a t W d a � i 0 L"RM H C3 9 I J pq J F- I+ d W ....................;..................:......... .........:.........:........ O tY > J id AUi Z 0 _p a z c C) F- c Q A Ui ..............................:....................:............................. ...... O 0 N J N J Z L W W . U > > 00 W W Q J J W L w O D_' D_ 4 W O W of F_ F- W !n Q O O O O O O O O O O O Q F- O) 3 N O O% co I- kD In (`•) N 3 W O A �D �D �D In In In In In U) In In A M- Z z El z N N O •I-j 'UO!Iona)3 "0 0 D PLATE I O ^'1 O i T tl E IAt O I Z a W ❑ o u O Q a A Z N 43 U � Q QJ: CL 0 W: x tl >: WW ❑ W Q: Z 0- a U 0r: ❑ J U LL- Q W 0 00 T W Z O W Q GD o J H Q O ❑ X Q (n p H W -+ ................:.......,................... .. :...... _ .... .... _ ..... O 41 UH Wcu u ❑ �t 0 O J v Q ~ } nO u N N H O J : o Q N �' w z ❑ ❑ U Z i N U pq H i N Z F- Ll w � PQO O Q Y w a ................................................ . . ............._.... ll7d Q WQ - a� tl U Z 4' A O � — o Z d Q Q 41 M W ZIA a p s > p A Ld E t Q Jtl _....:............0 1..:.......:........--.. ........... ..A..._........:.......:....... O O a Z Q J Q A : Q W a Z : Cl u > w Q ❑ (/1 W ❑ i J W Q Z W Q Q L y W ' J tl W Q' Q J W': > 4'A i d O 0 Li 41 Lf) Z i U O i Q A N l7 0) J J Z i W W — U > > Acl W W Q J J W i w O w c� W O W w H H W UI Q O O O O O O O O O O O O O Q H (A 3 N O to GO r IO If) It (`) N O 3 W O A D D I'D U7 U) If) If) Ifl Ul l() UI UI If) A X Z Z ❑ � N N ❑ •�3 'UO �nna13 w l D � PLATE J 0 .n 0 O T 6 N C O r .............:..............:............................:............................;............ O Z c N p O u Q a q � d -I.; I N A a Z o v W CL u L -i a :.:r.:.::...:..::....:.......... O LL- w C7 W U 00 Q' ¢ 00 0 O D X ', _ H W N L7: 0 U W ❑ ~ A' 0) U O a Q H f� u <: N H O o W to W Z)J Z..........: O O Y 0 ❑ c .......:.......... <..... p W co L (n Q U Z L H >XA Q U 9° Q O> -A S C9 Z U L Q W a O W Q 7 U U Q w Q 2 Q c - H: U r+ Z 4. Z' o J Q __........:......._.............. .�:.. ............. ............:....... c O 4 ..: -p d A: IA W Z s W: A Z p a �D I d Z 6 t � - LD W a Pq J r U o a W d u ........... .... .. ....._.... .......... .......... ........... ........... 6 d 4- L U 3 Z Z N J � H d W y Oc > J r q W ° z U +' p ..................... ... O Z L U N .r - OC � � L Q - q W U O) J J Z L W W U > > AM W W Q J W i Q' O Q_ 4- W O W Q_ O O OO O O O O ~ W N 00 SCI d N0 CD %D d Q ~ 0 3 In In U A Z Z Z 0 ,:) N N ❑ a3 'UO!:.DAa13 ❑ W N Q_ Q .-.N U U Q-v D PLATE K 1 I 1/4 H I TRENCH EXCAVATION WITH BRACING I Pe H 1 APPARENT EARTH PRESSURE-SOFT TO MEDIUM STIFF CLAY I Pe = Ka (y H+q) I Where: Ka=active earth pressure coefficient(assume Ka=0.65) 1 Y = Unit weight of soil(assume Y = 125 pcf) H=Trench depth,feet q=surcharge loading, psf i f CRO Preliminary Design Illustration Earth Pressures, Excavation Retention Systc ME Eagle Mountain Pump Station Tarrant County, Texas FUGRO CONSULTANTS Date: 7 Drawn By: Project No.: PLATE L 3/4/05 WR 0704-1188) LOG OF BORING NO. B- 1 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS w U. O w z "e LAYER o 2.t z` }a LU X a.0)cam! w z �- ii c9> LL LL STRATUM DESCRIPTION n ►i- im g ►- 3ix ELEVJ ¢� v~ `�F= ►-x zw o= zwm o y w �m� DEPTH 30 g -LU IL Z nN ?3 ?yF- a SURF.ELEVATION:603.31 P 0.25 CLAY(CH), Brown and dark brown,with sift sand and 602.8 organics 0.5 CLAY(CL),Reddish brown,with silt and fine-grained 21 29 14 15 sand P 1.0 599"8 20 CLAYEY SAND(SC)AND SANDY CLAY(CL),Dark 3.5 4 gray and gray,moist,with silt and clay,occasional clay 27 61 _ 5 seams,fine grained P 0.25 29 42 21 21 84 10 P 125 23 43 591.3 CLAY WITH SAND(CL),Dark gray and gray,some 12.0 sift,fine-grained sand 5 30 33 16 17 79 15 7 20 -0� 0 580.8 CLAY(CL),Brown,light brown and gray,some silt, 22.5 occasional sand W c� - a P2.0 17 32 14 18 119 1 ca F COMPLETION DEPTH:60.5 WATER LEVEL/SEEPAGE:2.5 KEY: DATE DRILLED: 12-29-04 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet FUGRO CONSULTANTS LP PLATE 1 a LOG OF BORING NO. B- 1 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS o o e u. a p w wxo LAYER �� oo ue �^ Zw Ira z� i m � a d STRATUM DESCRIPTION W z v a 0> o F a F ELEV./ f-W 0 E �-- z W �= z Z 7) a. a 1°Ov DEPTH 3~ �� g� cox y� ~= 0W. Wf- o N 0 LU o J a J Jo ¢c jW of-- A cri a a SURF.ELEVATION:603.31 v a a N 3 CLAY(CL), Brown, light brown and gray,some silt, occasional sand 576.8 SILTY SAND(SM),Brown,some silt,little clay,fine 26.5 grained P 0.25 22 46 30 10 572.8 CLAY(CH), Dark gray and gray, some silt,some sand 30.5 570.3 CLAYEY SAND(SC), Brown, light brown and gray, 33.0 fine grained P 0.25 18 29 35 g 40 19 17 560.3 GRAVEL(GP), Brown and light brown,with sand,little 43.0 silt,fine to coarse grained sand 45 =— 38 o —— m — M - - L a —— C7 — N COMPLETION DEPTH:60.5 WATER LEVEL/SEEPAGE:2.5 KEY: 8 DATE DRILLED: 12-29-04 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer wW Note:All depths are measured in feet. FU.GRO CONSULTANTS LP PLATE 1 b LOG OF BORING NO. B- 1 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS o o Oo U_ G U. of w w�'o STRATUM DESCRIPTION LAYER o e P o j r. z w a z i m aid wz f= Ua c7> of a g a F 3� ELEV./ ►-w ter` �� F-- zw ZZU) a wow Qf- �� Q� yx mw ~= Ow►- o y N �mW DEPTH �o �J a� �o ao Dw z� az m pa SURF.ELEVATION:603.31 p — a N p 35 GRAVEL(GP), Brown and light brown,with sand,little silt,fine to coarse grained 551.3 SANDSTONE,Weathered,weakly cemented,light 52.0 brown,fine to very fine grained 548.8 55SANDSTONE,Moderately hard,weakly cemented, 54.5 5011.5- light gray,fine to very fine grained 60 5014" 542.8 ------------------------------- 60.5 �1 65 Notes: 1.Artesian conditions increased with depth.Added additional wireline casing above ground.Water level stabilized at 5.6'above existing ground surface after 35 min.(3.5'after 15 min) 2. Hollow stem auger drifting between ground surface and 35'.Mud rotary drilling below 35'to total depth. 3.50%water circulation loss noted below 37'.75% water circulation loss noted below 43'. 70 90%water circulation loss noted below 52' 4. Boring grouted with cement grout,with 10% bentonite. 5.Installed stand pipe piezometer to 15'in auxiliary borehole 6'from B-1,screened interval 10 to 15'. 0 c? 0 W a 0 ^� m COMPLETION DEPTH:60.5 WATER LEVEL I SEEPAGE:2.5 KEY: DATE DRILLED:12-29-04 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet. W FUGRO CONSULTANTS LP LOG OF BORING NO. B- 2 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS fn Z ` \' 6' U W 2 a J w wxo LAYER rr� o� coo ^ zui }a z� o -1 a—„a STRATUM DESCRIPTION w z c�a t� C a �_ ELEV./ P w D� vim i-" z w m~ z z U) a wo, aH dg aK mx U)U) �= pwH wo N xmW DEPTH �J CL ga ')o �w U� a SURF.ELEVATION:606.50 U a z a N 3 fn P 1.25 CLAYEY SAND(SC)AND SANDY CLAY(CL), Reddish Brown,fine-grained sand 16 29 13 16 P 1.5 5 P0.5 8 10 599.5 P 0.5 SAND WITH CLAY(SP-SC)AND CLAYEY SAND 7.0 17 13 (SC),Brown and light brown,fine-grained sand I � 10 11 593.5 CLAY(CH/CL), Dark Brown,brown,trace fine sand 13.0 i 15 3 i i 20 1 30 49 19 30 0 o 0 w i a C7 ai COMPLETION DEPTH:80.0 WATER LEVEL I SEEPAGE:7.0 KEY: DATE DRILLED:1-24-05 UPON COMPLETION: P=Pocket Penetrometer o Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 2a LOG OF BORING NO. B- 2 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 ^` TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL U) z ` LAYER U o z' > a W F-- p W W STRATUM DESCRIPTION "' m = m aJ aacJ ELEV./ 1Ww �� �F �a zw ��- zzv"i n Wo� QF C7� Q� Nx Ny �� OWF o w w 0 W DEPTH �o JJ a.� �o wo �W 0� v n•z ¢o zw a SURF.ELEVATION:606.50 v a N 4 CLAY(CH), Dark Brown,brown,trace fine sand 28 51 21 30 98 30 - 0 27 411 21 27 1 1i i 35 P15 6 567.0 40 GRAVEL WITH SAND(GP),Gray, brown,fine to 39.5 —= P o.s medium-grained sand 565.5 P 0.5 CLAY WITH SAND AND SANDY CLAY(CH),Brown, 41.0 23 57 fine-grained sand 45 2 0 m_ M 0 558.5 CLAYEY SAND(SC)AND SANDY CLAY(CL),Light 48.0 0 Lo brown,with some gravel,fine-grained sand a w COMPLETION DEPTH:80.0 WATER LEVEL/SEEPAGE:7.0 KEY: DATE DRILLED:1-24-05 UPON COMPLETION: P=Pocket Penetrometer o Note:All depths are measured in feet. W FUGRO CONSULTANTS LP PLATE 2b LOG OF BORING NO. B- 2 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS � a p w w x o STRATUM DESCRIPTION LAYER F o o v e z w a K -j a m ar ix °° ° � 3a ELEV./ Z. 5 ¢~ yE zw o� zWin a wok wo yr y Ymw DEPTH 3z :3 a aJo U')C" �� v�~ ao W� z a a SURF.ELEVATION:606.50 a a�. 9 CLAYEY SAND(SC)AND SANDY CLAY(CL),Light 19 32 brown,with some gravel,fine-grained sand 552.0 55 SAND WITH GRAVEL AND CLAY(SW-SC), Light 54.5 32 gray,light brown,40%gravel, well-graded 9 10 547.5 SANDSTONE,Moderately hard,weakly cemented, 59.0 60 — light brown,fine to very fine grained 50!4.5' ff �� f 1 I Rec.37% - 65 5012.75^ Rec.81% 21 5 70 5012.25• i 0 m Rec.11% H 0 0 a c7 m T COMPLETION DEPTH:80.0 WATER LEVEL!SEEPAGE:7.0 KEY: In DATE DRILLED: 1-24-05 UPON COMPLETION: P=Rocket Penetrometer wNote:All depths are measured in feet. r7 FUGRO CONSULTANTS LP PLATE 2c LOG OF BORING NO. B- 2 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS � LL a LL Jo w w x o STRATUM DESCRIPTION LAYER o= v o o z w a z a a mQ U' C7 = m ELEV./ �w �� v~i� i=a zw �� ZZvi CL w0 ¢� �= pWH o U y 0 DEPTH 30 -'� a-� go �o DW v1- ¢o Z 0- SURF.ELEVATION:606.50 U n z LL N y 50/1.5" SANDSTONE,Moderately hard,weakly cemented, light brown,fine to very fine grained 50/1.5" 526.5 80 = --- ----------------------- 80.0 I Notes: 1.Hollow stem augers advanced to 60 feet.Continuous tube sampler used between 60 and 75 feet. Mud rotary drilling between 75 and 80 feet. 2. Boring grouted to surface with cement/bentonite 85 grout.Bentonite chips in upper 3 ft. 3.Auxiliary boring drilled 5'north of B-2. i i 095T90 - 95 - T COMPLETION DEPTH:80.0 WATER LEVEL I SEEPAGE:7.0 KEY: DATE DRILLED:1-24-05 UPON COMPLETION: P=Pocket Penetrometer wNote:All depths are measured in feet. c� FUGRO CONSULTANTS LP PLATE 2d LOG OF BORING NO. B-2A EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS U- 0 U. Jo w woo LAYER Wf a vo w Z �Ia z►- a»O STRATUM DESCRIPTION w Z f- v a c�> 0 a C7 a F m a F ;� ELEV./ �w 0� �� ►_X zw �' zZUj 1.v� w } a w°ti DEPTH 3Z �� g� ¢W U)U) i� 0 0 N y Vmw 0 J aJ Ja Qc Mw z►- az_ N a SURF.ELEVATION: a a n 0 P 2.75 SANDY CLAY(CL), Reddish Brown,fine grained sand S CLAY(CH),Brown 2.0 SAND(SP),Light Brown,with trace clay,fine grained sand 2.5 5 P 1.5 CLAYEY SAND(SC)and SANDY CLAY(CL),Brown, 5.5 light brown,fine granined sand P 0.5 10 PO 2 15 P 1.0 CLAY(CL),Dark Brown,trace fine sand 16.0 1 38 43 20 23 89 20 P 1.5 5 99 25 P 3.0 o CLAY and CLAY WITH SAND(CL),Dark Brown,fine 26.0 Fe grained sand 0 c� 0 m a COMPLETION DEPTH:53.5 WATER LEVEL!SEEPAGE:7.0 KEY: 100� DATE DRILLED:2-16-05 UPON COMPLETION: P=Pocket Penetrometer wNote:All depths are measured in feet. c� FUGRO CONSULTANTS LP PLATE 2Aa LOG OF BORING NO. B-2A EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL 0 0 IL J w w STRATUM DESCRIPTION LAYER w F.- o: v; z ui W1 va z� a (L wow ELEV.f aF y yx z� �= 0Wy o y < vmw DEPTH 30 �J g J go ac �w Z�F- az y a SURF.ELEVATION: U _ a N 3 P 1.75 CLAY and CLAY WITH SAND(CL),Dark Brown,fine 27 38 18 20 96 grained sand 3 77 P 1.5 8 SANDY CLAY and CLAY WITH SAND(CL),Brown, 38.0 dark brown 40 P 0.5 2 76 SAND(SP),Light Brown,fine to medium grained 43.0 45 P 0.5 7 - 50 - 25 SAND WITH CLAY AND GRAVEL(SP-SC),Brown, 52.5 --- fine to medium grained__ ----------- 53.5 55 Hollow stem auger drilling between ground surface and 10 feet.Mud rotary drilling below 10 feet to total depth. Boring grounted with cement grant. 0 0 W a C6 ` COMPLETION DEPTH:53.5 WATER LEVEL I SEEPAGE:7.0 KEY: DATE DRILLED:2-16-05 UPON COMPLETION: P=Pocket Penetrometer Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 2Ab LOG OF BORING NO. B- 3 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE: INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL 0 LL -1 m z LAYER o v; — z' r- w F O w w x o STRATUM DESCRIPTION v— w z c� = m a a wv ELEV./ �w �F NF' F-a zw Wa zzw f- 3t:x n~. } wo Qf- v� JZ_ hW yy ZT Ow►- wo y h Ymw DEPTH 30 �J a� �o No �w c�F az a SURF.ELEVATION:612.08 N 3 y 6 CLAYEY SAND(SC),Reddish Brown, possible fill, fine-grained sand s 10 34 5 2 605.1 8 SANDY CLAY(CL)AND CLAYEY SAND(SC), 7.0 37 Reddish Brown,brown,fine-grained sand 10 - 7 j 63 598.1 j CLAY WITH SAND(CL),Dark Brown,fine grained 14.0 15 sand 8 23 43 18 25 594.1 CLAY(CL),Brown,trace fine sand 18.0 20 - 14 20 46 17 29 a m r 0 c� 0 w a [7 m COMPLETION DEPTH:90.0 WATER LEVEL!SEEPAGE:7.0 KEY: DATE DRILLED: 1-9-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer w Note:All depths are measured in feet. 0 FUGRO CONSULTANTS LP PLATE 3a LOG OF BORING NO. B- 3 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT N0.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL -' w wxo LAYER xF oo 2 zui �a zF O , a STRATUM DESCRIPTION w z v a c3 F a ►- � ELEV.1 Qwz Q~ rn►= FX zw �= zWN IL } Q x�v g o N �mW DEPTH 30 -� a go �o aw �►�-~ az ¢o a SURF.ELEVATION:612.08 v — a r >> CLAY(CL),Brown,trace fine sand 583.1 CLAY WITH SAND(CL)AND SANDY CLAY(CL), 29.0 30 Brown,reddish brown,grayish brown,fine grained 3 sand 55 r 8 19 28 14 14 40 10 45 2 n 564.1 a CLAYEY SAND(SC), Brown,fine grained sand 48.0 w c� a ca COMPLETION DEPTH:90.0 WATER LEVEL/SEEPAGE:7.0 KEY: DATE DRILLED:1-9-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer a Note:All depths are measured in feet. W c� FUGRO CONSULTANTS LP PLATE 3b LOG OF BORING NO. B- 3 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE& PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL Jo LAYER v, � Z L }a z� w wzo �� oe ui IL a� STRATUM DESCRIPTION ,,,Z � vii �� o M 0 LL d F ;� ELEV./ rw �� H� Fr. zw F= ZZW Lu w ELI I.- H �mw DEPTH 30 a5 H ac z� 0°- g gZ Zw N Es d SURF.ELEVATION:612.08 U — n N 3 2 CLAYEY SAND(SC),Brown,fine grained sand 29 558.1 0 SAND WITH CLAY(SP),Grayish brown,fine grained •54.0 55 sand 554.1 SANDY CLAY(CH),Gray,fine grained sand 58.0 602 68 551.1 CLAYEY SAND WITH GRAVEL(SC),Gray,fine 61.0 grained sand 548.6 SANDSTONE,Light Gray,very weakly cemented 63.5 layers,fine-grained,weathered sorr 546.1 SANDSTONE,Light Brown,light gray,weakly 66.0 cemented Rec.50° 70 50r1.50- Rec.0% 0 0 0 w a r7 a* COMPLETION DEPTH:90.0 WATER LEVEL 1 SEEPAGE:7.0 KEY: DATE DRILLED:1-9-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet. cy FUGRO CONSULTANTS LP PLATE 3c LOG OF BORING NO. B- 3 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE& PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL 0 LL _j W who LAYER fe o o �. � z of -0- z o -+ o.�c3r STRATUM DESCRIPTION w z G- o f LL LL x m a ELEV./ ►-w N►_ ►_ - z�i z z rn 0- g Wok ¢� d� g� mx min Zx ow►- ow Cn vm� DEPTH 3U -iJ a-+ ai ¢ao �3 Z`n a SURF.ELEVATION:612.08 5U2.75" SANDSTONE,Light Brown,light gray,weakly cemented Ree 62% 80 son• Rec.80% 85 - 5012.25" Rec.58° 5012'• 522.1 90 -- --- ----------------------- 90.0 Notes: 1.Hollow stem augers used to 66'.Continuous sampler used between 66'and 90'. 2.Piezometer installed in borehole.Boring caved in below 63'. Piezometer screen set between depths of 195 - 60 and 50 ft.Sand placed between depths of 63'and 47'.Bentonite pellets placed between depths of 47 and 43 ft.Bentonite chips placed between depths of 43 ft. Q and 1 foot.Concrete placed between depth of 1 foot m and ground surface. Upright well cover with pad ` installed at surface. w a t7 sCOMPLETION DEPTH:90.0 WATER LEVEL l SEEPAGE:7.0 KEY: DATE DRILLED:1-9-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet. w FUGRO CONSULTANTS LP PLATE 3d LOG OF BORING NO. B- 4 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS o o a o of wi a I STRATUM DESCRIPTION LAYER �F o o v o v z ui ov i x m a w z f- a_ c�> o LL a g w � ELEV./ a F v g a to h h �= p w� OW ,� ra Xmw DEPTH 3p -'� a_, -jo No �wV� ¢o z a SURF.ELEVATION:609.98 v a z a w 3 >N 6 CLAYEY SAND(SC)I SAND WITH CLAY(SP-SC), Reddish Brown,light brown,fine grained sand 4 9 30 5 3 3 27 601.0 CLAYEY SAND(SC), Brown,dark grayish brown,fine 9.0 10 grained sand 0 598.0 CLAY WITH SAND(CH/CL)AND SANDY CLAY(CL), 12.0 Dark Brown,fine grained sand 15 2 28 50 20 30 57 591.0 CLAY(CH),Brown,trace fine sand 19.0 20 s 0 m 06 M D t7 O ui a 06 585.0 COMPLETION DEPTH:85.0 WATER LEVEL I SEEPAGE:7.0 KEY: DATE DRILLED: 1-26-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer wNote:All depths are measured in feet. c� FUGRO CONSULTANTS LP PLATE 4a LOG OF BORING NO. B- 4 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS a e c; a o LL -' w woo LAYER z� o e v'4t 'r z a ?� I-- 0 LU a�d STRATUM DESCRIPTION w z F v a t� I.- IL 2 W � ELEV.1 Q� a w yW y� z� oUjF o w w 0 W DEPTH 3 0 �3 g� -1 o ix a_z [L 3w =w n SURF.ELEVATION:609.98 v N 9 CLAY(CL),Brown,trace fine sand 21 35 15 20 30 13 35 8 19 572.0 CLAY WITH SAND(CL),Brown,fine grained sand 38.0 40 0 567.0 CLAYEY SAND(SC), Brown,fine grained sand 43.0 45 - 2 39 0 _m 0 562.0 0 CLAYEY SAND(SC), Brown,grayish brown,fine 48.0 grained sand a C7 co Anvil, T COMPLETION DEPTH:85.0 WATER LEVEL I SEEPAGE:7.0 KEY: M DATE DRILLED:1-26-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer W Note:All depths are measured in feet. W FUGRO CONSULTANTS LP PLATE 4b LOG OF BORING NO. B- 4 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS ;e e � o e U. Jo w Wed LAYER a!� oe 2� G,: z �a zr a�,cr STRATUM DESCRIPTION w z v_a o ,� ,� � m a t- 3 ELEV./ r-w a r rn t r- z r- z Z m 0- o� <P �� Q9 NX 3— t: 0 wo U) U) W DEPTH �0 JJ a3 �o ac zN a SURF.ELEVATION:609.98 U a z a N 1 CLAYEY SAND(SC),Brown,grayish brown,fine 36 grained sand 557.0 SAND(SP),Gray,brown,fine to medium grained, 53.0 trace Gay 55 - 28 552.0 SAND(SP)and GRAVEL(GP), Light Brown,medium 58.0 to coarse grained sand 37 546.0 SANDSTONE, Light Gray,weakly cemented 64.0 65 5a4 0• i 70 50/2- Q r 0 c� 0 w a (7 m COMPLETION DEPTH:85.0 WATER LEVEL/SEEPAGE:7.0 KEY: DATE DRILLED:1-26-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer 0 Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 4c LOG OF BORING NO. B- 4 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS IL o W W�-'ci STRATUM DESCRIPTION LAYER t o o v o 5 z w a i = m a a�,cl ELEV./ �W �r r~ii~ �a zw ��= zzto IL � � t.. 3� 4f- C!g 49 aix �= wF IL y ¢ UmW DEPTH 30 -�J a� _jo ac jW i� az w a SURF.ELEVATION:609.98 v _ a r 50/2.25" SANDSTONE,Light Gray,weakly cemented 80 5011" s0/1.75" 525.0 85 -- —-- ———————— ———— —————— 85.0 Notes: 1.Mud rotary used to depth of 58 fL Hollow stem augers advanced to 65 ft.Mud rotary drilling resumed at 65 ft., down to 85 ft. Boring grouted to surface with cement/bentonite grout. 90 2.Piezometer installed in auxiliary borehole 10'east of B-4.Screen set between depths of 15 and 10'.Sand placed between depths of 15 and 7'.Bentonite pellets placed between depths of 7 and 5'.Bentonite chips places between depths of 5'and 1 foot.Concrete placed between depth of 1'and ground surface,with upright well cover with pad installed at surface. 95 0 m 0 0 W c� a' '00WN COMPLETION DEPTH:85.0 WATER LEVEL J SEEPAGE:7.0 KEY: DATE DRILLED:1-26-05 UPON COMPLETION: 0.0(SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet. w FUGRO CONSULTANTS LP rLATE 4d LOG OF BORING NO. B- 5 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS S = o re oe LL o U. o w w�' STRATUM DESCRIPTION LAYER c o c2 o t= z ui �a z 2 m -j CL wz � 2'a o pF ac9u. I.- CL 0. Wog: ELEV./ QF cam!~ Q~ ��- z� F= zWm yX Ny O wo y y 12M DEPTH 30 -'fi aJ �o mo zw ua a SURF.ELEVATION:611.50 a: 0a z a N 3 y P 4.5 FILL,Clay(CL),Brown,light brown,light gray,with 14 fine sand,trace gravel P4.5+ 14 27 13 14 606.5 5 P 4.5+ CLAYEY SAND(SC)AND CLAY(CL),Light Brown, 5.0 12 light gray,with fine sand,occasional sand seams (possible fill) P 2.25 9 31 602.5 CLAYEY SAND(SC),Light gray to gray,fine grained 9.0 - 10 9 sand 13 31 598.5 CLAY(CL), Light brown,occasional sand seams, 13.0 trace fine sand 15 1 33 25 16 9 20 590.5 21 CLAY(CH),Light grayish brown,some silt,trace fine 21.0 sand 588.5 CLAY(CL), Light grayish brown,occasional fine sand 23.0 and clay seams 25 33 37 17 20 0 0 c� 0 LU O a t7 m m COMPLETION DEPTH:75.0 WATER LEVEL!SEEPAGE:8.0 KEY: DATE DRILLED:1-5-05 UPON COMPLETION: 0.0 P=Pocket Penetrometer wNote:All depths are measured in feet. 0 1 r FUGRO CONSULTANTS LP PLATE 5a I LOG OF BORING NO. B- 5 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT N0.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS o o LL ❑ U. o w w o STRATUM DESCRIPTION LAYER v o i v W xt� �� ❑e ui a ?� m a � �_ ELEV./ �w ❑� y� ~a 0 ❑� Zzy IL a Ycrn DEPTH z �� �� aW �� z UWP p N N V m W O J a J J❑ a 00 n W z I.- 0 a SURF.ELEVATION:611.50 v a z a s 7' ❑y 11 CLAY(CL),Light grayish brown,occasional fine sand and clay seams 577.5 SAND WITH GRAVEL AND CLAY(SW-SC),Light 34.0 35 20 brown,fine to coarse sand,well graded,max.particle size of 1.5 inch,occasional clay seam,trace organics 10 12 - 40 se 567.5 SAND WITH CLAY(SP-SC), Light grayish brown, 44.0 45 0 fine-grained sand 24 24 15 9 11 563.5 SAND(SP),Brown,light brown,with gravel,clay 48.0 seams 50 0 55 12 0 c' o ' W a ' C7 r COMPLETION DEPTH:75.0 WATER LEVEL/SEEPAGE:8.0 KEY: ® DATE DRILLED:1-5-05 UPON COMPLETION: 0.0 P=Pocket Penetrometer WW Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 5b LOG OF BORING NO. B- 5 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT N0.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS :! U. w Ze LAYER 0: ae Re Zw �a z� o STRATUM DESCRIPTION c� = 0° a a c7 ELEV.I �w �� N� �a z�u a1 zZuu. c N y YmLU DEPTH 30 �j L � LU c v,o jW �� O az a SURF.ELEVATION:611.50 v — a N CO . 5013• SANDSTONE,Moderately hard,weakly cemented, 60.5 light brown,fine to very fine grained Rec.25% 65 5014" Rec.78% 70 5013.5• Rec.77% 75 _— ----------------------- 536.5 75.0 Notes: 1.Hollow stem augers used to 60.5'.Continuous tube sampler used between 60.5 and 75'. 2.Boring grouted to surface with bentonite grout. 80 Bentonite chips placed in topmost foot. 85 0 0 c� 0 LU t7 a 0 ao COMPLETION DEPTH:75.0 WATER LEVEL I SEEPAGE:8.0 KEY: DATE DRILLED:1-5-05 UPON COMPLETION: 0.0 P=Pocket Penetrometer W Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 5c LOG OF BORING NO. B- 6 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE: INTERMITTENT SAMPLING _ LOCATION:SEE PLAN OF BORINGS LL r w wxo LAYER �F 2 z° >a zX m a ,� STRATUM DESCRIPTION w z5'.: r a c�> o r a r ; ELEV./ r w m_� —U)Xz_w �' z in w N waw DEPTH 30 �� Q� -1 13 yy r L) LU y Ypp Z JJ iZ J Qw No zw U� �w a SURF.ELEVATION:648.10 a a 3 Water(Lake Boring) 5 10 AIM\ 5200 15 - 20 - 0 W a c� m Aa~ co COMPLETION DEPTH: 103.5 WATER LEVEL I SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-20-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 6a LOG OF BORING NO. B- 6 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS e o � 6s LL O o Uj W h o STRATUM DESCRIPTION LAYER w F o e 2, �r z t �a z� v— 0 I a r3� ELEV./ QF a~ N� NX zw I.- ZZF I.- 0- w y YmW DEPTH 30 -�—�� ga _jo 010 �w v� az to a SURF.ELEVATION:648.10 U _ a N 3 0 Water(Lake Boring) a 30 - 35 - - 40 - 607.1 03540607.1 SAND WITH CLAY(SP),Gray and dark gray,little silt, 41.0 14 trace clay and sandstone fragments,very fine-fine gravel 45 14 0 1 27 22 13 9 600.1 CLAY(CH), Dark gray,some silt,trace fine sand 48.0 0 599.1 CLAYEY SAND(SC), Light gray,very fine-grained, 49.0 4 occasional ven,thin clays seams r COMPLETION DEPTH:103.5 WATER LEVEL I SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-20-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer WNote:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 6b LOG OF BORING NO. B- 6 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS ~I o e pa" a e LL o w W o STRATUM DESCRIPTION LAYER rr o e v;e z W rc a z J m a � 3rc ELEV./ PW �� v~ir= ~a z�i e� zz"- a > wow ar g9 ag yX y� �x 0W~ W y y U Uj DEPTH �o J , a� -10 No 0W zo- a SURF.ELEVATION:648.10 v a z a r, 3 y CLAYEY SAND(SC),Light gray,very fine-grained, 22 17 occasional very thin clayey seams 596.1 So16 SANDSTONE,Medium hard,light gray,very weakly- 52.0 weakly cemented, fine sand,fine gravel,some silt 20 7 55 50/4" RC1 1 18 113 2.0 60 58.5'-63.5 86!15 .gra.. 11 128 3.4 584.6 SANDSTONE,Medium hard to very hard,light gray, 63.5 well to very well cemented,very fine gravel,with 65 occasional weakly cemented seams RC2 63.5-68.5 94156 RC3 17 115 8.3 70 68.573.5 576.9 SANDSTONE,Medium hard,brown,very weakly to 71.2 weakly cemented,with occasional moderately well to well-cemented seams 0 0 w a' 0 m m = COMPLETION DEPTH: 103.5 WATER LEVEL/SEEPAGE:(SEE NOTES) KEY: DATE DRILLED: 1-20-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer W Note:All depths are measured in feet. 09 1 1 mi FUGRO CONSULTANTS LP PLATE 6c LOG OF BORING NO. B- 6 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS U. J w wxo LAYER a� oe uo � zui za z1- a a 0 STRATUM DESCRIPTION w z �_ u a c� o LL c�a = m a ELEV.1 w �= y �_ z�u z Z m w a Y°ii DEPTH 3~ �� �� yW yy ~2 Ow, o "' W Lmw ° aJ gz Qo Dw zy a a SURF.ELEVATION:648.10 of.- LZ 3 RC4 SANDSTONE,Medium hard,brown,very weakly to 73.5-78.5 weakly cemented,with occasional moderately well to well-cemented seams 63/8 568.8 11 128 7.1 SANDSTONE, Hard,light gray and light greenish 79.3 80 gray,argillaceous,well to very well cemented,very fine grained RC5 78.5-83.5 100196 11 129 29.5 12 123 21.7 85 RC6 13 122 5.4 83.5-88.5 95/78 RC7 11 127 30.7 90 88.5-93.5 100/100 Becomes coarser grained and calcareous between 91.8 11 127 35.3 and 92.2 ft. 11 128 40.0 RC8 95 93.5-98.5 9or75 11 127 11.9 1 inch very argillaceous seam at 96 ft;generally more argillaceous below 96.5 ft. m C7 O W C7 a 548.5 I I SHALE Dark Gray, argillaceous99.6 m Q COMPLETION DEPTH: 103.5 WATER LEVEL!SEEPAGE:(SEE NOTES) KEY: DATE DRILLED: 1-20-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer WNote:All depths are measured in feet. FUGRO CONSULTANTS LP PLATE 6d LOG OF BORING NO. B- 6 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 .+ TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS O e LL Uj U. o W W STRATUM DESCRIPTION LAYER F- o, v e c z ui a i m 0. � 3� ELEV.1 iiW ��-' vii i=a z� o� zzy p y V LLI oW z Jn f J WO 0)us j W .0�- QH Q— (aX y Ym DEPTH �� yo aU) O W U 0.Z IL y a SURF.ELEVATION:648.10 RCs SHALE,Dark Gray,argillaceous 12 125 2.7 s.5-103. 82/47 546.1 SANDSTONE, Light Brown,moderately cemented, 102.0 fine grained 545.1 SHALE Dark Gra 103.0 SANDSTONE,Light Brown——_—_ 544.7 103.4 105 544.6 103.5 Notes: 1.Drilled from barge;set casing through water. 2.Mudline measurements made with weighted tape and is approximate surface of soft/loose materials. 3.Mud rotary drilling used,rock core with triple barrel core(HQ size)below 58.5'. 4.Boring grouted to mudline with cement grout after 110 completion. 115 120 o 0 w c7 a' c� aw% T COMPLETION DEPTH:103.5 WATER LEVEL/SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-20-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer o Note:All depths are measured in feet. w FUGRO CONSULTANTS LP PLATE 6e LOG OF BORING NO. B- 7 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS LL O U- J w i LAYER v o � Z > a Wx o m w o STRATUM DESCRIPTION z t� 0° a � 3z ELEV./ �w �►= N'- ~a zw �= ZZO) a wo a� dg 39 wW mm `=c� occ o „� w �mLu DEPTH 30 JJ aJ az_ QaN �3 Z`- a SURF. ELEVATION:648.10 Water(Lake Boring) 5 01520 10 - 15 - 20 25 0 0 W a m COMPLETION DEPTH: 103.5 WATER LEVEL/SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-21-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer w Note:All depths are measured in feet. 0 FUGRO CONSULTANTS LP PLATE 7a LOG OF BORING NO. B- 7 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS to z LAYER t�, ZZ' >a w F o w w r o STRATUM DESCRIPTION o: ui z Q. aa wZ F- Va 0> O IL LL In a F3� ELEV./ �w �� w� �— zw ~ zZv) W a xov DEPTH 3~ �� �g wQX ww t_X2 pwf- y y Vmw O J-� a•J JO Qo SIU z N a SURF.ELEVATION:648.10 U a z a.N 3 5 Water(Lake Boring). 35 - - 40 - 604.1 5- 40604.1 SAND WITH CLAY(SP-SC), Dark Gray,fine grained 44.0 45 sand 2 10 50 596.1 5m6^ SANDSTONE,Light Brown,very fine-grained,with 52.0 sandstone fragments,weathered RC1 593.1 55 SANDSTONE,Medium hard,light gray,light brown, 55.0 73115 CIDmedium to fine grained,very weakly cemented seams, j becomes more cemented with depth o o w .. c� 50/5' 'a 0 COMPLETION DEPTH: 103.5 WATER LEVEL I SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-21-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer W Note:All depths are measured in feet. cD FUGRO CONSULTANTS LP PLATE 7b LOG OF BORING NO. B- 7 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1189 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS B LL U. o a Z ie d STRATUM DESCRIPTION LAYER w Z a a> a a LL _ a F 3� ELEV./ I.-Lu 5� �� �" zw zz�n a waw Q� a� Jre rnW my ~t=7 0I wo U) vmw DEPTH �o �J a� �a Qo Dw zu~i U _ ar D a SURF.ELEVATION:648.10 RC2 SANDSTONE,Medium hard,light gray,light brown, 59-63.5' medium to fine grained,very weakly cemented seams, 010 becomes more cemented with depth 5015- 65 RC3 6468.5' 61132 RN 70 68.5.73.5 22112 12 122 1.7 75 RC5 73.5-78.5 010 50/3.5" 568.9 SANDSTONE, Hard to very hard,greenish gray and 79.2 80 RC6 light brown,sandy,thin silt and shale seams 79-83.5' 98/60 10 132 47.9 563.6 85 SANDSTONE, Medium hard,greenish gray, 84.5 moderately well cemented,argillaceous 10 130 33.4 RC7 83.5-88.5 76n4 11 126 8.3 0 W Near vertical joint at 89.8 to 90.7 ft m m COMPLETION DEPTH: 103.5 WATER LEVEL 1 SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-21-05 UPON COMPLETION: (SEE NOTES) P=Pocket Penetrometer w Note All depths are measured in feet. c) 'FUGRO CONSULTANTS LP PLATE 7c LOG OF BORING NO. B- 7 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE&PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188 TYPE:INTERMITTENT SAMPLING LOCATION:SEE PLAN OF BORINGS lot a o w Wed LAYER eta oe 2e =: zur �a z~ -j a m C7 STRATUM DESCRIPTION w z 1-- v R. > o Z n a M a � 3o ELEVJ �w 5F- I.: R. zW zzm f QF C7— N �_ WF- o y N vmw DEPTH 30 g �o ac �w i~ az w a SURF.ELEVATION:648.10 a N ' RC8 SANDSTONE,Medium hard,greenish gray, 88.5-93.5 moderately well cemented,argillaceous 82152 10 130 54.0 10 132 38.5 95 RC9 93.5-98.5 68/68 549.0 SHALE,Medium hard,dark gray,with thin,very fine 99.1 IOU grained,light brown sandstone seams RC10 8.5 to3. 13 122 6.1 80152 544.6 -- --- ----------------------- 103.5 105 Notes: 1.Drilled from barge;set casing through water. 2.Mudline measurements made with weighted tape and is approximate surface of soft/loose materials. 3.Mud rotary drilling used with triple barrel core(HQ size)to collect rock core samples below 53.5 ft. 4.Boring grouted to mudline with cement grout. 110 115 a 0 w 0 'a m m _ COMPLETION DEPTH:103.5 WATER LEVEL I SEEPAGE:(SEE NOTES) KEY: DATE DRILLED:1-21-05 UPON COMPLETION: (SEE NOTES) P=Pocket Pen,e W Note:All depths e f ^ ca FUGRO CONSULTANTS LP L�7 FT%. , �: I y*. TERMS AND SYMBOLS USED ON BORING LOGS FOR SOIL SOIL TYPES ®CLAY(CH) ® SHALY CLAY(CH) ®CLAY(CL) SANDY CLAY(CL) Well-Graded Poorly-Graded ®SILTY SAND(SM) IM CLAYEY SAND(SC) SAND(SIN) SAND(SP) Well-Graded Poorly-Graded FILL H M SILTY GRAVEL(GM} GRAVEL(GW) -= GRAVEL(GP) Material SOIL GRAIN SIZE U.S.STANDARD SIEVE 6" 3" 3/4" 4 10 40 200 SAND BOULDERS COBBLES COARSE�VEFINE COARSE MED UM FINE I SILT I CLAY 152 76.2 19.1 4.76 2.00 0.420 0.074 0.002 SOIL GRAIN SIZE IN MILIMETERS STRENGTH OF COHESIVE SOILS(2) DENSITY OF GRANULAR SOILS (2) UNDRAINED COMPRESSIVE STRENGTH NUMBER OF BLOWS RELATIVE CONSISTENCY Tons Per Sq.Ft. PER FT.,N DENSITY Very Soft Less Than 0.25 0-4 Very Loose Soft 0.25 to 0.50 4-10 Loose Firm 0.5 to 1.00 10-30 Medium Stiff 1.00 to 2.00 30-50 Dense Very Stiff 2.00 to 4.00 Over 50 Very Dense Hard greater than 4.00 DESCRIPTIVE TERMS FOR SOIL t') DESCRIPTION CRITERIA MOISTURE Stratified Alternating layers of varying Dry No water evident in sample;fines less material or color with layers than plastic limit. at least 6 mm thick. Moist Sample feels damp;fines near the plastic limit Laminated Alternating layers of varying Very Moist Water visible on sample;fines greater material or color with the plastic limit and less than liquid limit layers less than 6 mm thick. Wet Sample bears free water,fines greater than liquid limit. Fissured Breaks along definite planes of fracture with little resistance INCLUSIONS (1) to fracturing. Parting Inclusion<1/8"thick extending through Slickensided Fracture planes appear polished sample or glossy,sometimes striated. Seam Inclusion 1/8"to 3"thick extending through sample. Blocky Cohesive soil that can be broken Layer Inclusion>3"thick extending through down into small angular lumps sample. which resist further breakdown. Trace <5%of sample. Lensed Inclusions of small pockets of Few 5%to 10%of sample. different soils. Some 10 to 25%of sample. With 30%to 45%of sample. REFERENCES: NOTE: Information on each boring log is a compilation of subsurface conditions 1 ASTM D 2488 and soil and rock classifications obtained from the field as well as from laboratory testing of samples.Strata have been interpreted by commonly PbZRi;liafl and Thornburn, (1974 , accepted procedures.The stratum lines on the logs may be transitional and approximate m nature.Water level measurements refer only to those F un ipa ineerin observed at the times and places indicated,and may vary with time, geologic condition or construction activity. FUGRO Q.Of ISULTANTS LP PLATE 8 TERMS AND SYMBOLS USED ON BORING LOGS FOR ROCK ROCK TYPES SAMPLER TYPES LIMESTONE MSHALE 11 SANDSTONE walled Rock Core WEATHERED LIWEATHEREDWEATHERED MESTONE SHALE SASTONE Test netrattiion Auger Sample M n NHIGHLY WEATHERED H ARGILLACEOUS ® THD Cone Ba LIMESTONE LIMESTONE MARL Penetration Sample Test SOLUTION &VOID CONDITIONS WEATHERING GRADES OF ROCKMASS til Void Interstice;a general term for pore Slightly Discoloration indicates space or other openings in rock. weathering of rock material and discontinuity surfaces. Cavities Small solutional concavities. Moderately Less than half of the rock Vuggy Containing small cavities, usually material is decomposed or lined with a mineral of different disintegrated to a soil. composition from that of the surrounding rock. Highly More than half of the rock material is decomposed or Vesicular Containing numerous small, unlined disintegrated to a soil. cavities,formed by expansion of gas bubbles or steam during solidification Completely All rock material is of the rock. decomposed and/or disintegrated to soil.The Porous Containing pore,interstices,or origfinal mass structure is other openings which may or may not still largely intact. interconnect. Residual Soil All rock material is Cavernous Containing cavities or caverns, converted to soil-The sometimes quite large.Most frequent mass structure and material in limestones and dolomites. fabric are destroyed. HARDNESS BEDDING THICKNESS(2) Very Thick >4' Friable Crumbles under hand pressure Thick 2'-4' Low Hardness Can be carved with a knife Thin 2"-2' Moderately Hard Can be scratched easily with a knife Very Thin 1/2"-2" Very Hard Cannot be scratched with a knife Laminated 0.08"-1/2" Thinly-Laminated <0.08" JOINT DESCRIPTION SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished,grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: NOTE: 1)British Standard(1981) Information on each boring log is a compilation of subsurface conditions Code of Practice for Site Investigation and soil and rock classifications obtained from the field as well as from BS 5930. laboratory testing of samples.Strata have been interpreted by commonly accepted procedures.The stratum lines on the logs may be transitional and 2)The Bridge Division,Texas Highway Dept. approximate in nature.Water level measurements refer only to those Foundation Exploration& Design Manual observed at the times and places indicated,and may vary with time, 2nd Edition,revised June,1974. geologic condition or construction activity. FUGRO CONSULTANTS LP PLATE 9 Report No. 0704-1188B T The following boring logs are for previously drilled borings at the site (Borings B-1 through B-6, Southwestern Laboratories Report No. 88-201-6, dated December 8, 1989). 88-201-5 LOG OF BORING (1/2) PROJECT: DOWNSTREAM PUMP STATION (EAGLE MOUNTAIN LAKE) BORING NO.: B— 2 CLIENT: Camp Dresser & McKee, Inc. LOCATION: Tarrant County, Texas DATE: 1/24/89 TYPE: Water Rotary CASED TO: 60' (temp.) GROUND ELEVATION: 608.0 ZLEGEND: WATER INFORMATION W off, ® SAMPLE —F w a a aSeepage noted at 8' ; water rotary =w 2 a O cr cn w X STANDARD PENETRATION �-w oQ zF 3 a started at 10' wLL N o a a w 0 p V WATER o w_ V) �zm z a a = DESCRIPTION OF STRATUM (USCS) 0.8 1.8 Reddish tan clayey fine SAND (Levee Fill) (SC) 1.7 Tan silty fine SAND, trace clay with occasional 0.6 sandy clay layers 5 1.0 -10" tan silty clay layer at 4' 1.6 0.6 (Levee Fill) (SM,CL) Grayish tan clayey fine SAND, trace clay 10with silty clay layers, 0. 1 -noted black organic debris 9-10' 15 9 (SC) Gray sandy to silty CLAY with fine sand layers 20 0 25 0 (CL) Grayish tan silty fine SAND, trace clay with thin 30 18 silty clay layers 35 27 (SM) Tan silty medium to coarse SAND and fine to coarse GRAVEL ao 88 -fine silty sand below 43' IX45 68 ' 50 45 -clayey layer noted at 50' SM,GM SOUTHWESTERN LABORATORIES PLATE 10a A-7 0 88-201-5 LOG OF BORING (2/2) PROJECT: DOWNSTREAM PUMP STATION (EAGLE MOUNTAIN LAKE) BORING NO. : B-2 CLIENT: Camp Dresser & McKee, Inc. LOCATION: Tarrant County, 1 Texas • DATE: 1/24/89 TYPE: Water Rotary CASED TO: 60' (temp.) GROUND ELEVATION. 608.E z "" LEGEND: WATER INFORMATION Grouted bottom of boring to 60' ; ? w Q w Q Q", Z ■ SAMPLE bentonite seal to 58' ; set Casagrande- W o Q � z F_ CO a STANDARD PENETRATION type piezometer 54-55' with }" PVC riser a�• "0 a a w O 0 WATER ' . W w N �Z m Z sand to 45 cement rout to surface a = DESCRIPTION OF STRATUM (USCS) Tan silty medium to coarse SAND and fine to coarse GRAVEL 55 32 -60-M� 77/10" (SM,GM) Light gray fine-grained silty SAND ("pack" sand) 65 with sandstone, clayey sand, sandy clay, and shale layers 50/3.5" 50/1" 70 50/2" 75 PBI: (92% Re -) PB2: (92% Re ,) e0 50/2" 50/1}" 85 PB3: (75% Re ) -gray shale layer 85.5-86.5' PB4: (92% Re ) 90 50/1" PB5: (100% R c) 95 50/1j" PB6: (85% Re ,) PB7: (100% R c) 10 50/1}" Bottom of Exploration at 100' SOUTHWESTERN LABORATORIES A_8 PLATE 10b 88-201-6 LOG OF BORING Page 1 of 2 PROJECT.- Downstream Pump Station (Eagle Mountain Lake) BORING NO. : B — 3 CLIENT: Camp Dresser & McKee, Inc. LOCATION Tarrant County, Ta. DATE TYPE: CASED TO , N9364GR GROUND ELEVATION 7 �0 89 Water Rotary 30 + Z of WATER INFORMATION ho LEGEND: _ J w U�F- ® SAMPLE =w m a parr cn(r w X STANDARD PENETRATION O a aw >_ a aw OU o V WATER W cn cn F Z -JY- Z �a m0 = DESCRIPTION OF STRATUM USCS 4 Tannish brown fine silty SAND (fill) 5 3 Brown silty sandy CLAY (CL) 0.5 1.0 1 .0 Tan and gray fine silty SAND (SM) 10 2 2 0.5 Gray sandy silty CLAY 0.5 15 1.3 11 (CL) 20 48 Gray fine-medium silty SAND (SM) 0.8 Gray coarse to fine silty SAND with limestone gravel 9 -silty clay with sand seams 21-22' 25 8 86 (SP-SM) 81/11" Tan to brown fine-grained silty SAND ("pack"sand) with 30 RCI: sandstone, clayey sand, sandy clay, and shale layers 30-35' (10% Re ,.) Light gray fine-grained silty SAND ("pack" sand) with sandstone, clayey sand, sandy clay, and shale layers 35 50/2" RC2. 35-40' (80% Re ) 50/2" q0 RC3: 40-45' (0% Rec 45 50/1 1 4" RC4: 45-49' (0% Rec PBI: 50 (07 Rec SOUTHWESTERN LABORATORIES PLATE I I a A-10 88-201-6 LOG OF BORING Page 2 of 2 PROJECT: Downstream Pump Station (Eagle Mountain Lake) BORING NO. - B— 3 CLIENT : Camp Dresser & McKee, Inc. LOCATION : Tarrant County, Tx N9364, E6735 00 N*41 DATE 7/20/89 TYPE: Water Rotary CASED TO: 30' GROUND ELEVATION: 598± z og- _: LEGEND: WATER INFORMATION a2rioEn W SAMPLE r w m a� o (nm a x STANDARD PENETRATION a w a a w 3:C) o V WATER w (n cn F Z Y Z N w mcg a a x DESCRIPTION OF STRATUM (USCS) � PB2: Light gray fine-grained silty SAND ("pack" sand) (92% Re0 with sandstone, clayey sand, sandy clay, and shale layers RC5: F-55 53-58' (0% Rec 50/1 3/4" 60 RC6: -gray shale below 59' 58-63 (20% Re(,) PB3: 65 (60% ReT) Bottom of Exploration at 65' 70 NOTE: Boring grouted after completion. 75 80 85 90 95 10 L I SOUTHWESTERN LABORATORIES PLATE I I b A-11 . 88-201-6 LOG OF BORING PROJECT: Downstream Pump Station (Eagle Mountain Lake) BORING NO. : B— 4 CLIENT: Camp Dresser & McKee, Inc. LOCATION: Tarrant County, Tx N9434, E6645 DATE: 7/20/89 TYPE: Air Rotary CASED TO; N/A GROUND ELEVATION: 608.4 Z o�_ , LEGEND: WATER INFORMATION o2 -< } a C � a a�w z ® SAMPLE Seepage noted at 8' =w � ro a 0 jr cno a X STANDARD PENETRATION HW Q Cad Zf- �U w N a a w 0 o V WATER O N N Z mU Z a, a 0 = DESCRIPTION OF STRATUM (USGS 4.5d Tan fine silty SAND (SM) 3.3 2.5 5 1.5 Tan and tannish brown sandy CLAY with limy pebbles 11 and sand layers 2.0 (CL) 1.0 10 12 Tannish gray silty sandy CLAY 12 15 Gray fine clayey SAND 12 20 12 (SC) Bottom of Exploration at 20.5' 25 NOTES: 1. Installed piezometer for long-term water level readings, riser casing grouted during installation. 2. Protective locking cover installed at ground 30 surface. 35 40 45 -50 SOUTHWESTERN LABORATORIES A-12 PLATE 12 LOG OF OBSERVATION WELL NO. WB1 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE%PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188w TYPE: LOCATION:SEE PLAN OF BORINGS F Z~o 1=� m W Mod STRATUM DESCRIPTION LAYER WELL WELL IL a W"d ELEV./ CONSTRUCTION DESCRIPTION y paw DEPTH aZz SURF.ELEVATION:603.3 CLAY(CH), Brown and dark brown,with silt sand 602.8 - CONCRETE SURFACE and organics 0.5 PAD WITH ABOVE CLAY(CL), Reddish Brown,with silt and GROUND RISER(2.5 fine-grained sand FT ABOVE GROUND) 599.8 BENTONITE CHIPS CLAYEY SAND(SC)AND SANDY CLAY(CII Dark 3.5 Gray and gray,moist,with silt and clay,occasional 6"0 BOREHOLE clay seams, fine grained 2"PVC RISER I - U -- 20/40 SILICA SAND 591.3 FILTER PACK CLAY(CL), Dark Gray and gray,some silt, 12.0 fine-grained sand FACTORY SLOTTED 2"PVC SCREEN(0.01" 588.3 SLOTS) 15 15.0 20 0 N M H 0 a C7 3 m m g COMPLETION DEPTH: 15.0' WATER LEVEL/SEEPAGE: KEY: 3 DATE DRILLED: 12-29-04 UPON COMPLETION: P=Pocket Penetrometer z Note:All depths are measured in feet. w FUGRO SOUTH, INC. PLATE 13 LOG OF OBSERVATION WELL NO. WB3 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE%PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188w TYPE: LOCATION:SEE PLAN OF BORINGS Z t-;e LL mLU a o STRATUM DESCRIPTION LAYER WELL WELL a w ELEV./ CONSTRUCTION DESCRIPTION a. LU w Q v a v DEPTH N 0ZK SURF.ELEVATION:612.1 CLAYEY SAND(SC), Reddish Brown,possible fill, - CONCRETE SURFACE fine-grained sand � - PAD WITH ABOVE GROUND RISER(2.5 FT ABOVE GROUND) 5 605.1 SANDY CLAY(CL)AND CLAYEY SAND(SC), 7.0 Reddish Brown,brown,fine-grained sand 10 BENTONITE CHIPS 598.1 CLAY WITH SAND(CL), Dark Brown,fine grained 14.0 15 sand 594.1 CLAY(CL), Brown,trace fine sand 18.0 - 20 -8" BOREHOLE 2"PVC RISER 25 - 583.1 o CLAY WITH SAND(CL)AND SANDY CLAY(CL), 29.0 30 Brown,reddish brown,grayish brown,fine grained o sand 0 a . 3 m COMPLETION DEPTH:60.0' WATER LEVEL/SEEPAGE: KEY: DATE DRILLED:1-9-05 UPON COMPLETION: P=Pocket Penetrometer Note:All depths are measured in feet. w FUGRO SOUTH, INC. PLATE 14a LOG OF OBSERVATION WELL NO. W133 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE%PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188w TYPE: LOCATION:SEE PLAN OF BORINGS Zee : JOe co j F a a STRATUM DESCRIPTION LAYER WELL WELL IL w ELEV./ CONSTRUCTION DESCRIPTION D h y o°'Lu DEPTH aZa: SURF.ELEVATION:612.1 CLAY WITH SAND(CL)AND SANDY CLAY(CL), Brown, reddish brown,grayish brown,fine grained sand — 40 - - 45 - 3/8"BENTONITE PELLETS 564.1 CLAYEY SAND(SC), Brown,fine grained sand 48.0 50 - 20/40 SILICA SAND FILTER PACK 558.1 SAND WITH CLAY(SP),Grayish Brown,fine 54.0 55 grained sand FACTORY SLOTTED 554.1 2"PVC SCREEN(0.01" SANDY CLAY(CL), Gray,fine grained sand 58.0 SLOTS) 552.1 60 60.0 0 65 0 0 c� 3 m $ COMPLETION DEPTH:60.0' WATER LEVEL 1 SEEPAGE: KEY: 3 DATE DRILLED: 1-9-05 UPON COMPLETION: P=Pocket Penetrometer Note:All depths are measured in feet. w FUGRO SOUTH, INC. PLATE 14b LOG OF OBSERVATION WELL NO. WB4 EAGLE MOUNTAIN LAKE INTAKE STRUCTURE%PUMP STATION TARRANT COUNTY,TEXAS PROJECT NO.0704-1188w TYPE: LOCATION:SEE PLAN OF BORINGS U. N Who mw a o o STRATUM DESCRIPTION LAYER WELL WELL a U-0 ELEVJ CONSTRUCTION DESCRIPTION o h fa o a W DEPTH azre SURF.ELEVATION:610.0 CLAYEY SAND(SC)/SAND WITH CLAY(SP-SC), - CONCRETE SURFACE Reddish Brown, light brown,fine grained sand - = PAD WITH ABOVE GROUND RISER(2.5 KY FT ABOVE GROUND) 2"PVC RISER BENTONITE CHIPS 5 8"0 BOREHOLE 1/4"BENTONITE PELLETS 20/40 SILICA SAND FILTER PACK 601.0 CLAYEY SAND(SC), Brown,dark grayish brown, 9.0 10 fine grained sand FACTORY SLOTTED 2" PVC SCREEN(0.01" 598.0 SLOTS) CLAY WITH SAND(CH/CL)AND SANDY CLAY 12.0 (CL),Dark Brown,fine grained sand 595.0 . 15 15.0 20 0 m 0 0 a C7 m m g COMPLETION DEPTH: 15.0' WATER LEVEL!SEEPAGE: KEY: 3 DATE DRILLED: 1-26-05 UPON COMPLETION: P=Pocket Penetrometer y Note:All depths are measured in feet. z w FUGRO SOUTH, INC. PLATE 15 Texas DepaAment'of License and Regulation This form must be completed Attention Owner: p Confidentiality Privilege Notice . . Water We//Dri//eiAmp Installer Program and filed with the department on reverse side of owner's copy. A0. Box 12157 Austin,JTexas 7$ t 1 ;(612)463-7880 FAX(5121463-8616 and owner within 60 days ��• free(800)803-9202 upon completion of the well. Email address:water.,%y!#glicense state.tx.us VMLL REPORT lame Address Ci State Zip TAYYGh j?fir t0A ��= U/0r� 'ounty. –}– Physical Address City }_ State Zip / C7)-raa~( �a �Q/�oa►,la;n r e I-T4rYcn-t6OUnI —� Type of Work , Litt. Long. Grid# 3c;2- r 3- ?� l New Well ❑ Reconditioning 4)Proposed Use (check) AMonitor ❑Environmental Soil Boring ❑ Domestic 5) NT Replacement ❑ Deepening ❑ Industrial ❑ Irrigation ❑ Injection ❑ Public Supply ❑ De-watering ❑ Testwell ❑ Rig Supply If Public Supply well,were plans submitted? ❑ Yes ❑ No Drilling Date Dia eter of Hole 7)Drilling Method(check) U Driven Started /a/ Dia.(in) From(ft) To(ft) ❑ Air Rotary ❑ Mud Rotary ❑ Bored (, ❑ Air Hammer ❑ Cable Tool ❑ Jetted :ompleted t / ®5 Qt Other A QIAt),~ • a - 8)Borehole Completion ❑ Open Hole ❑Straight Wall Q ' 3 �2-� tS�. ,�T �� o S t��uw�t) ❑ Under-reamed ❑Gravel Packed Cl Other interval ft.to ft, tia ik anc eluu-isat°eta. 3.� - 1L Rwfl w e,4c� Cl-, New Steel,Plastic,etc. Setting(ft) Gage Dia. Or Perf.,Slotted,etc Casing (in.) Used Screen Mfg.,if commercial From To Screen 9) Cementing Data Cementing from ft. to ft. #of sacks used ft. to ft. #of sacks used (Use reverse side of Well Owner's copy,If necessary) Method Used Y�is 13)Plugged ❑Well plugged within 48 hours Cementing By T�0G e O J Casing left in well: Cement/Bentonite olaced in well: Distance to septic system field or other concentrated contamination—ft From ft To ft From f[ To ft Sacks used Method of verification of above distance 10)Surface Completion O Specified Surface Slab Installed ASpecifted Surface Sleeve Installed 14)Type Pump ��, O Pitless Adapter Used ❑ Turbine ❑ Jet Msubmersible ❑ Cylinder O Approved Alternative Procedure Used 0 Other Depth to pump bowls cylinder,'et etc. ft. 11)Water,Level 15)Water Test Static level ft.below Date Typetest ❑ Pump ❑Bailer I ?Juhr❑ Estimated Artesian Flow epm. Date Yield: gpm with ft.d awdown after hrs. 16)Water Quality 12)Packers Type Depth Did you knowingly penetrate a strata which contain undesirable constituents- ❑YES O-,N0 if yes,did you submit a REPORT OF UNDESIRABLE WATER t A-- Type of water Depth of Strata Was a chemical analysis made ❑Yes No ;ompany or individual's Name(type or print) Lic. No. w address � G D L!/ r r City StateT-�, Zip ?S2a9 'ignatureRSipnottire.u,— 2-`t 1-DLR FORM b001 WWD While-TDLR Yellow-Owner Pink-Driller/Pump Installer PLATE 16 Mention Owner: TexasDepartment of License and Regulation This form must be completed :onfidentiality Privilege Notice WateiWell Dr)ller/Pump%nataller Program and filed with the department on reverse side of owner's copy. P.O. Box 12157 Austiq,; Texes 7871 "(512)463-7880 FAX(512)463-8616 and owner wiiWn 60 days --,;Toll free(800).803-9202 upon completion of the well. Email address:wateriw*icensestate.tx.ns WELL REPORT �. merrq q Address City State Zip /t/�Yt��,�le ;►^e J 7 76/00 ,unty Physic Address City State Zip FKru4-r o n in C- 1 -7—cir)-C4.4f- o14h 17r 613s Type of Work 6 y Lat. Long. Grid At 3a - .. New Well ❑ Reconditioning 4)proposed Use (check) Monitor ❑Environmental Soil Boring ❑Domestic 5) NT Replacement ❑ Deepening ❑Industrial ❑ Irrigation ❑ Injection ❑ Public Supply ❑ De-watering ❑ Testwell ❑Rig Supply If Public Supply well,were plans submitted? ❑ Yes ❑ No 0 Drilling Date Diameter of Hole 7)Drilling Method(check) U Driven Started ' / Z (D / O Dia.(in) From(ft) To(ft) ❑ Air Rotary ❑ Mud Rotary ❑ Bored D S ❑ Air Hammer ❑ Cable Toot ❑ Jetted --ompleted l Z4 /0--f Other.do/If,W 5-re",A" �rointn a4 `iaertal 8)Borehole Completion El Open Hole El Straight Wall ❑ Under-reamed ❑Gravel Packed ❑ Other v2 the interval from ft.to ft, 5A jo r</ Td e G C' r u A7 C (, t "A ,jt c � �A J New Steel,Plastic,etc. Setting(ft) age i r `Dia. Or Perf.,Slotted,etc asing G { (in.) Used Screen Mfe-if commercial From To Screen -Z ' cl C„cP UC 5t.u, /7 TD ( 5 Z N La Yrc 19 --1-- 9) 1-9) Cementing Data lIq P f''"t5 Cementing from ft. to_ ft. #of sacks used ft. to _ft. #of sacks used (Use reverse side of Well Owner's copy,If necessary) Method Used tj- 'o f ,jr'I E fS — C b-i"J, 13)Plugged ❑Well plugged within 48 hours Cementing By v',t o Distance to septic system field or other concentrated ebritamination_ft_ Casing left in well: Cement/Bentonite Dlaced in well: rom ft To ft From ft To ft Sacks used Method of verification of above distance I 10)Surface Completion Specified Surface Slab Installed Specified Surface Sleeve Installed A)Type Pumph _(�_ O'Pitless Adapter Used J Turbine C) jet r" l'7 Submersible ❑ Cylinder O Approved Alternative Procedure Used C1 Other 7e th to pump bowls cylinder, et etc. ft. 11)Water Level _ 15)Water Test /� �,^ Static level 7-'0 ft.below Date fypetest ❑ Pump ❑Batl .r tted IJ Estimated Artesian Flow gpm. Date Yield: gpm with ft.drawdown after firs. 6)Water Quality 12)Packers Type Depth )id you knowingly penetrate a strata which contain undesirable constituents. 3 YES NO If yes,did you submit a REPORT OF UNDESIRABLE WATER Type of?at Depth of Strata Was a chemical analysis made ❑Yes q No _~y or individual's Name(type or print) h1 L Aic.—N�o--.� �duress O L a City f ate 1 �( Zi'- Z SLR FORM b001 W WD White-TDLR Yellow-Owner Pink-Driller/Pump Installer PLATE 17 Attention Owner: Pe as Depaiiffiknt of License and Regulation This form must be completed Confidentiality Privilege Notice Water Well DrilledPump Installer Program and filed with the department on reverse side of owner's copy. P.0.Box 12157 Ausdn,_;TeRss 78711 (512/463-7880 FAX(5121463-8616 and owner within 60 days s aToh free(8001803 9202 ; 7 yp$n completion of the well. email address:watertvygh6license state.tx.usWELL REPORT ` Name Yr } po/QH G A dress City I state I Zip Col' Ph sic Add�res/s / City - / State Zip r t 4 r pY)1 (Q� / /Gori q1J� t.�/Y l z° ! G YYC.hLz t<: � ✓ 3)Type of Work W u 3 Lat. Lonsi. Grid#.3a — �3 ' New Well ❑ Reconditioning 4)proposed Use (check) Monitor ❑ Environmental Soil Boring ❑ Domestic 5) N? ❑Replacement ❑ Deepening ❑ Industrial ❑ Irrigation ❑ Injection ❑ Public Supply ❑ De-watering ❑ Testwell ❑Rig Supply If Public Supply well,were plans submitted? ❑ Yes ❑ No 6)Drilling DateDiameter of Hole 7)Drilling Method(check) U Driven Started / /0 /0-5 Dia.(in) From(ft) To(ft) ❑ Air Rotary ❑ Mud Rotary ❑ Bored - Q tj` (3 Air Hammer ❑ Cable Tool ❑ Jetted Completed / �Q /�rj Other 8)Borehole Completion ❑ Open Hole ❑Straight Wall 1 ❑ Under-reamed (D Gravel Packed © Other-�O c 7c= - (�l �1r.,� ,,,� S.a..i� rJ�'�2�.,r• I�¢d0: � � �` � - y- Lu, l's:4 - Sh�� h ijl w✓ New Steel,Plastic,etc. Setting(ft) Gage Dia. Or Perf.,Slotted,etcCasing g 3 L -� 1 v a ti Ztit rr q Sh Np (in.) Used Screen Mfg.,if commercial From To Screen 3o- yo (:.Ie S,�0, p, L, V 5c tzeew 112 Ot '-40 , Li Glla, J UC P,,Se 0, 4J- 54 A u i3,2�.,.J S. 0 9)Cementing Data i a et Ile r s Cementing from '4 1� ft. to 1/7 ft. #of sacks used (Use reverse side of Well Owner s co t; ft. to��—ft. #of sacks used Py,If necessary) Method Used I o.nil��:t: ,`f!� f/�4 – 9�'t t•:..ty�lQ Cementing By Fv 4 F'D 2 iit IL Cas S y Plugged ❑Well plugged within 48 hours Distance to septic systemeld or other concentrated contaminatiI/�ft. Canine left in well: m ) /BeFrom laced in well: Method of verification field of above distance tiqf- From ft To ftftFrom ft To ft Sacks used ^ 10)Surface Completion O Specified Surface Slab Installed ASpecifred Surface Sleeve Installed 14)Type Pump } O Pitless Adapter Used ❑ Turbine ❑ let Alk k ❑Submersible ❑ Cylinder Cl Approved Alternative Procedure Used Cl Other `� Depth to pump bowls cylinder,'et etc. ft. 11)Water Level Sp,7 15)Water TestStatic level-1110-31.below Date f 1 Typetest ❑ Pump C3B&e1#1U Jetted ❑ Estimated Artesian Flow ®m. Date / Yield: gpm with ft.drawdown after hrs. 16)Water ualtty 12)Packers Type Depth Did you knowingly penetrate a strata which contain undesirable constituents. ❑YES W,NO If yes,did you submit a REPORT OF UNDESIRABLE WATER Type of water Depth of Strata Was a chemical analysis made ❑Yes OX No Company or individual's Name(type or print) r C O X15 J L L,ic.NoOIC15`i n,' A) Address 1 �� �A AJF— I City 0,4 l J -5 Statezip�S�Z' ISienature TDLR FORM b001 W WD White-TDLR Yellow-Owner Pink-Driller/Pump Installer PLATE 18 Particle Size Distribution Report S s s 1G0 90 .. ::... . .. _.. ...... _....- 80 ; . W 60 LL z 50 W U W 40 - 30 20 . 10 0 500 100 10 1 0.1 0-01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 0.0 70.6 29.4 SIEVE PERCENT SPEC." PASS? Soil Description SIZE FINER PERCENT (X=NO) CLAYEY SAND,Brown, light brown.and gray, fine-grained 2 in. 100.0 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberci Limits 0.50 in. 100.0 PL= LL= PI= 0.375 in. 100.0 #4 100.0 Coefficients #10 99.9 D 0.250 D 0.199 D 0.171 #40 99.2 85= 60- 50= #60 85.0 D30= 0.0777 D15= D10= #80 52.5 Cu= Cc= #100 46.3 #140 36.3 Classification : #200 29.4 USCS= SC AASHTO= Remarks (no;p iFcation provided) Sample No.: Source of Sample: B-1 Date: 2/9/05 Location: Elev./Depth: 34-35' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE S"I' ��All STATIONFC Hcoxlt Pro ect No: 0704-1188 Ph �. "IN"N", YEKO Particle Size Distribution Report ci m n .lZ • a a� as ik a 100 90 80 70 _.... .-.. .. .. . _ __ _ W 60 . Z LL Z 50 (Y W 40 30 20 10 _.. 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 0.0 87.5 1 12.5 SIEVE PERCENT SPEC! PASS? Soil Description SIZE FINER PERCENT (X=NO) SAND WITH CLAY,Brown,light brown,fine-grained 2 in. 100.0 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberg Limits 0.50 in. 100.0 PL= LL= PI= 0.375 in. 100.0 #4 100.0 Coefficients #10 100.0 D 0.296 D = 0.237 D 0.222 #40 98.9 D85 0.193 D 5= 0.107 D50= #60 67.9 30= 15— 10= #80 23.8 Cu= Cc= #100 20.0 9140 14.8 Classification #200 12.5 - USCS= SP-SC AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-2 Date: 2/9/05 Location: Elev./Depth: T-8' Client: CH3M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate Zfl Particle Size Distribution Report s j Q- s - .s 100 90 80 70 -- ---- _. . . W60 - - .. - _-- - - --- -- -- - - - Z • LL Z 50 W W40 - -------- 30 ----30 _. . _. . 20 10 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 39.5 50.2 10.3 SIEVE PERCENT SPEC.' PASS? Soil Description SIZE FINER PERCENT (X=NO) SAND WITH GRAVEL AND CLAY. Light gray,light 2 in. 100.0 brown,40%gravel,well-graded 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterbera Limits 0.50 in. 84.0 PL= LL= P1= 0.375 in. 76.8 #4 60.5 Coefficients #10 46.1 D 13.1 D 4.64 D 2.66 #40 28.6 p85= 0.469 0 0.180 D50_ #60 19.8 30= 15= 10' #80 15.0 Cu= Cc= #100 13.8 #140 11.9 Classification 9200 10.3 USCS= SW-SC AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-2 Date: 2/9/05 Location: Elev./Depth: 55'-56.5' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STA T10N Project No: 0704-11 SS Plate2-1 Particle Size Distribution Report s 9 Ai s s - c S 100 90 80 — 70 Ir- L1.1 YW 60 Z LL Z S0 W W 40 ;J: ' 30 20 _.`. . . .. . . . 10 01 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm `/e COBBLES %GRAVEL %SAND %.SILT %CLAY 0.0 1.0 93.8 5.2 SIEVE PERCENT SPEC.' PASS? Soil Description SIZE FINER PERCENT (X=NO) SANDSTONE,weakly cemented,light brown, fine to very 2 in. 100.0 fine grained 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberg Limits 0.50 in. 100.0 PL= LL= PI= 0.375 in. 100.0 #4 99.0 Coefficients #10 98.8 7.9 D 0.270 D 0.226 D 0.216 #40 97.9 D 5 0.192 D60 0.129 D50 0.106 #60 82.3 30= 15= 10= #80 23.3 Cu= 2.12 Cc= 1.52 #100 17.8 #140 9.9 Classification #200 5.2 - USCS= AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-2 Date: 2/9/0 Location: Elev./Depth: 68.5-70' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUh1P STATION Pro'ect No: 0704-1188 Plate Z Z Particle Size Distribution Report a 100 90 _.... _.... _. __ 80 -- ---- - -- -- 70 W 60 M Z LL Z 50 C) 40 ------- -� -- --- -------- r~--- - ---- - -- --- ---- -- -- 30 20 10 - 0 500 100 10 1 0,1 0-01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CL 0.0 0.5 65.6 33.9 AY SIEVE PERCENT SPEC! PASS? Soil Description SIZE FINER PERCENT (X=NO) CLAYEY SAND,Reddish-brown, fine-grained sand,possible 2 in. 100.0 fill 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberq Limits 0.50 in. 100.0 PL= LL= PI= 0.375 in. 100.0 #4 99.5 Coefficients #10 98.8 #40 97.0 D85' 60= 0.253 D = 50 0.162 D = 0.122 #60 84.4 D30= D15= D10= 480 64.4 Cu= Cc= �l 00 57.3 140 45.0 Classification ;200 33.9 USCS= SC AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-3 Date: 2/9/05 Location: Elev./Depth: 2-3.5' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUIVIP STATION Project No: 0704-I 188 Plate 23 Particle Size Distribution Report 7y 4�p o g o s s c 0 0 0 0 0 p it 1! i! 4 100 90 _ _.i _........,.._ - ..._.. _. 80 __. _ .. ---. .. ... ......_...._.._...... . ..... _.:_._ ._. 70 -. _. _.._ .. ._._.:_ :. ; ... . :. - - _.. ..:... .. ..- - .................. W60 ....... ...... . ......... .. _ .. Z LL ` Z 50 W W 40 _ ... ... f - - .. 30 20 _ 10 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 4.2 65.4 30.4 SIEVE PERCENT SPEC.' PASS? Soil Description SIZE FINER PERCENT (X=NO) CLAYEY SAND,Reddish-brown,light brown,fine-grained 2 in. 100.0 sand 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberg Limits 0.50 in. 98.1 PL= LL= PI= 0.375 in. 96.9 #4 95.8 Coefficients #10 93.4 D 0.360 D 0.194 D 0.147 #40 87.2 85= 60= 50= #60 74.0 D30= D15= D10= #80 56.6 Cu= CC= #100 50.7 #140 39.5 Classification 4200 30.4 USCS= SC AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-4 Date: 2/9/05 Location: Elev./Depth: 2'-3.5' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate 24 Particle Size Distribution Report < < o00 t00 90 i $0 - 70 _. . _-._ . ..- i -- -. --- - --- -- . ---- - -- -- -: - - W 60- Z 0 2 LLL Z 50 W W 40 •a_�.�___ .ate 30 20 10 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 0.0 16.4 1 83.6 SIEVE PERCENT SPEC.- PASS? Soil Description SIZE FINER PERCENT (X=NO) CLAY WITH SAND, Brown,fine-grained sand V 2 in. 100.0 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterbern Limits 0.5 in. 100.0 PL= LL= PI= 0.375 in. 100.0 #4 100.0 Coefficients #10 99.9 #40 98.8 D85= 0.0785 D60= D50= #60 97.9 D30= D15= D10= #80 96.6 Cu= Cc= #100 95.9 #140 9?_7 Classification #200 83.6 USCS= CL AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-4 Date: 2/9/05 Location: Elev./Depth: 40'-41.5' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate ZS Particle Size Distribution Report ci < < o S 100 90 80 .. } 70 0_ W 60 _ Z LL Z 50 W U , W 40 - — a 30 20 10 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 31.6 1 55.9 12.5 SIEVE I PERCENT SPEC.- PASS? Soil Description SIZE FINER PERCENT (X=NO) SAND WITH GRAVEL AND CLAY,Light brown,fine to 2 in. 100.0 coarse sand.well graded,occasional clay seams,trace 1.5 in. 100.0 organics 1.0 in. 9i.6 0.75 in. 90.5 Atterberg Limits 0.50 in. 85.2 PL= LL= P1= 0.375 in. 80.5 #4 68.4 Coefficients #40 55.3 D85= 12.5 D60= 3.04 D50= 1.81 #60 18.6 D30= 0.582 D15= 0:157 D10= #80 15.7 Cu= Cc= #100 14.8 #140 13.6 Classification #200 1- : USCS= SW-SC AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-5 Date: 2/9/05 Location: Elev./Depth: 35'-36.5' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate 1'6 Particle Size Distribution Report 100 90 - _......_:.... _...._.._. i 80 70 W 60LL Z Z 50 W Qf W 40 30 20 10 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL T %SAND %SILT %CLAY 0.0 2.5 1 86.3 11.2 SIEVE PERCENT SPEC.' PASS? Soil Description SIZE FINER PERCENT (X=NO) SAND WITH CLAY,Light grayish brown,fine-grained sand 2 in. 100.0 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberq Limits 0.50 in. 100.0 PL= 24 LL= 15 PI= 9 0.375 in. 99.1 #4 97.5 Coefficients #40 94.2 D85= 0.354 DB0= 0.252 D50= 0.229 #60 59.4 D30= 0.184 D15= 0.103 D10= #80 73.6 Cu= Cc= 4100 34.0 4140 15-6 Classification 4200 11.2 USCS= SP-SC AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-5 Date: 2/9/05 Location: Elev./Depth: 45'-46.5' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate Z 7 Particle Size Distribution Report s s c 7 5 Z _ tp -- i Y lam! i � Y • Y 100 1 1 . 90 _.. .._:.i._ . -. . ... . _... _:. --.._...-.-_.:_._..__._...___._. . .. .... -....._ ...-. .__ . 80 70 W 60 _Z Z 50 1 ' w C) W 40 -- - - - - -- -; - - a 30 20 10 0 500 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 0.4 83.0 16.6 SIEVE PERCENT SPEC! PASS? Soil Description SIZE FINER PERCENT (X=NO) CLAYEY SAND,Light gray,very fine-grained,occasional 2 in. 100.0 very thin clayey seams 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterbern Limits 0.50 in. 100.0 PL= LL= PI= 0.375 in. 100.0 #4 99.6 Coefficients #10 99.2 D85= 0.338 D 0.239 D = 0.216 #40 95.4 85' 60= 50- #60 64.3 D30= 0.149 D15= D10= #80 35.2 Cu' Cc- #140 21.6 Classification #200 16.6 USCS= SC AASHTO= Remarks Ino specification provided) Sample No.: Source of Sample: B-6 Date: 2/9/05 Location: Elev./Depth: 49.5'-51.0' Client: CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate 29 Particle Size Distribution Report .s < < 100 --- — — 90 ` _ ..._. .. 80 70 W 60 Z LL Z 50 W W40 - -... _._ . _.._ ..-.�-. .- -------- IL 30 20 10 0 500 100 10 1 0.1 0.01 0.601 GRAIN SIZE-mm %COBBLES %GRAVEL %SAND %SILT %CLAY 0.0 6.3 86.4 7.3 SIEVE PERCENT SPEC.' PASS? Soil Description SIZE FINER PERCENT (X=NO) SANDSTONE,Light gray,very weakly cemented, fine sand, 2 in. 100.0 fine gravel,some silt 1.5 in. 100.0 1.0 in. 100.0 0.75 in. 100.0 Atterberq Limits 0.50 in. 100.0 PL= LL= P1= 0.375 in. 97.7 #4 93.7 Coefficients #10 88.3 D 0.981 D 0.457 D 0.394 #60 19.0 #40 55.4 D8530-_ 0.301 D6015= 0.225 D5010- = 0.147 480 11.1 Cu= 3.12 Cc= 1.35 #100 10.1 #140 8.5 Classification #200 7.3 USCS= AASHTO= Remarks (no specification provided) Sample No.: Source of Sample: B-6 Date: 2/9/05 Location: Elev./Depth: 53.6'-54.5' Client; CH2M HILL FUGRO CONSULTANTS LP Project: EAGLE MOUNTAIN LAKE INTAKE STRUCTURE AND PUMP STATION Project No: 0704-1188 Plate 29 Report No.0704-11888 0.0 5.0 10.0 w rts 15.0 r fill 20.0 - 25.0 - Method 8 at t90 plus given time period,with solid symbol indicating extended loading increment. 30.0 -- 0.1 1 10 100 1000 Effective Vertical Stress, a'„ (ksfl -Sqr.Rt.Time: O-Loading O-Unloading with solid symbols indicating Fitting Methods: _Log of Time: A-Loading 0-Unloading reloading increments = O 150 r 'C 120 O N^ 90 LJ Oar � E 60 O 30 d 0 O 0.1 1 10 100 1000 Q Avg. Effective Vertical Stress Within Increment, a',,,a„g (ksfl 1-D CONSOLIDATION TEST: INC Sample No. B2Aa - Depth 12.00 ft PLATE 30 Report No. 0704-11888 0.0 5.0 10.0 0 A W W 15.0 r l� 20.0 25.0 Method B at t90 plus given time period,with solid symbol indicating extended loading increment. LLI 30.0 - 0.1 1 10 100 1000 Effective Vertical Stress, a'„ (ks1) -Sqr.RL Time: ❑-Loading O-Unloading with solid symbols indicating Fitting Methods: -Log of Time: A-Loading 0-Unloading reloading increments 0 30 IN 25 O 20 V.;P15 _. pv 10 � . + ' m � 0 m 0.1 1 10 100 1000 0 v Avg. Effective Vertical Stress Within Increment, a' (ksfl 1-D CONSOLIDATION TEST: INC Sample No. B2Ab - Depth 22.00 ft PLATE 31 Report No.0704-11888 0.0 5.0 10.0 0 v a W C 15.0 X If r �a X Q 20.0 25.0 Method B at t90 plus given time period,with solid symbol indicating extended loading increment. 30.0 0.1 1 10 100 1000 Effective Vertical Stress, a'„ (ksfl -Sqr.RL Time: ❑-Loading O-Unloading with solid symbols indicating Fitting Methods: _ t3 Log of Time: A-Loading 0-Unloading reloading increments CF 25 w '`°v 20-- 15- 0441 015or 0 E 10 0 c 5 m E 0 C 0.1 1 10 100 1000 v Avg. Effective Vertical Stress Within Increment, a' (ksf) 1-D CONSOLIDATION TEST: INC Sample No. B2Ac- Depth 37.00 ft PLATE 32 CRD Report No. 0704-1188B GEOTECHNICAL INVESTIGATION EAGLE MOUNTAIN RAW WATER INTAKE AND PUMP STATION IMPROVEMENTS PROJECT TARRANT COUNTY, TEXAS SUMMARY O.FSOIL CORROSIVITI,-FEST;RESULTS Boring Sample .Soluble Soluble Soluble '�'Redox Soil Soil I'!; 1-'. 2` 3 5 No. Depth, Sulfates ;Chlorides , ' Sulfides,10 Potential , pH4 , Resistivity , feet mg/kg ;,, mg/kg t mg/kg mV : - ohm-cm B-4 20-21.5 450 160 <0.5 268 8.58 360 B-5 7-8 170 80 <0.5 268 8.59 1417 15-16.5 210 40 <0.5 242 7.77 1036 Notes on test methods: 1. EPA 375.4 (dry weight basis) 2. EPA 9031 3. ASTM D 1498-93 4. EPA 9045C 5. ASTM G 57 PLATE 33 APPENDIX B SECTION 404 PERMIT • DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. O. BOX 17300 FORT WORTH, TEXAS 76102-0300 REPLY TO ATTENTION OF: April 13, 2005 A9I FILE v oPxP18 200 f1e1 L >4i +n: Planning, Environmental, and Regulatory DivisionF I M- Regulatory Branch SUBJECT: Project Number 200400594 Mr. Preston Dillard Alan Plummer Associates, Incorporated 7524 Mosier View Court, Suite 200 Fort Worth, Texas 76118-7122 Dear Mr. Dillard: Thank you for your letter of February 10, 2005, concerning a proposal by the Fort Worth Water Department to expand the existing raw water pump station and pipeline at Eagle Mountain Lake in Tarrant County, Texas. The expansion would include a new intake structure within the lake, expanding the existing pump station and associated transformer yard, and a new 72-inch- diameter raw water pipeline to carry the additional water froin Eagle Mountain Lake to the water treatment plant. The proposed activities would impact 0.10-acre of wetlands and 0.05-acre of other waters of the United States. This project has been assigned Project Number 200400594. Please include this number in all future correspondence concerning this project. Failure to reference the project number may result in a delay. We have reviewed this project in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U. S. Army Corps of Engineers (USACE)regulates the discharge of dredged and fill material into waters of the United States, including wetlands. Our responsibility under Section 10 is to regulate any work in, or affecting, navigable waters of the United States. Based on your description of the proposed work, and other information available to us, we have determined that this project will not involve activities subject to the requirements of Section 10. However, this project will involve activities subject to the requirements of Section 404. Therefore, it will require Department of the Army authorization. -2— We have reviewed this project under the preconstruction notification(PCN)procedures of Nationwide Permit General Condition 13 (Federal Re i'ster,Vol. 67,No. 10, Tuesday,January 15, 2002; Vol. 67,No. 30, Wednesday, February 13, 2002; and Vol. 67,No. 37,Monday, February 25, 2002). We have determined that this project is authorized by nationwide permit 12 for Utility Line Activities. To use this permit,the person responsible for the project must ensure that the work is in compliance with the specifications and conditions listed on the enclosures. Our verification for the construction of this activity under this nationwide permit is valid until March 18, 2007, unless the nationwide permit is suspended or revoked, or modified prior to that date, such that the activity would no longer comply with the terms and conditions of the nationwide permit on a regional or national basis. The USACE will issue a public notice announcing the changes when they occur. Furthermore, if you commence, or are under contract to commence,this activity before March 18, 2007, or the date that this nationwide permit is suspended,modified or revoked, whichever is earlier,you will have until March 18, 2009,to complete the activity under the present terms and conditions of the nationwide permit. Continued confirmation that an activity complies with the specifications and conditions and any changes to the nationwide permit is the responsibility of the permittee. Our review of this project also addressed its effects on threatened and endangered species. Based on the information provided, we have determined that this project will not affect any species listed as threatened or endangered by the U.S. Fish and Wildlife Service within our permit area. However, please note that you are responsible for meeting the requirements of general condition 11 on endangered species. The permittee must sign and submit to us the enclosed certification that the work,including any required mitigation, was completed in compliance with the nationwide permit. You should submit your certification within 30 days of the completion of work. This permit should not be considered as an approval of the design features of any activity authorized or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of private rights, or any infringement of federal, state, or local laws or regulations. The USACE based this decision on a revised preliminary jurisdictional determination(JD) submitted by Alan Plummer Associates, Inc., dated February 11, 2005,that there are waters of the United States on the project site. This preliminary JD supersedes the December 22, 2005, approved JD. This preliminary JD is valid for a period of no more than five years from the date of this letter unless new information warrants revision of the delineation before the expiration date. It is incumbent upon the applicant to remain informed of changes in the Department of the Army regulations. -3 — Thank you for your interest in our nation's water resources. If you have any questions concerning our regulatory program,please contact Mr. Brent Jasper at the address above or telephone(817)886-1733. If you would like more information about our nationwide permit program,please contact us and we will furnish you with a copy of the nationwide permit regulations. Sincerely, Wayne A. Lea Chief,Regulatory Branch Enclosures ...4. .�-+. IOTIFIC.:A1,10.1ti OPTIONS AND PROCESS AND >ppiicant: City of Fort Worth t'ile Number: 200400594 Date: April 13,2005 Attached See section below INITIAL PROFFERED PERMIT(Standard Permit or Letter of Permission) A PROFFERED PERMIT(Standard Permit or Letter of Permission) B PERMIT DENIAL C APPROVED JURISDICTIONAL DETERMINATION D X PRELIMINARY JURISDICTIONAL DETERMINATION E 11w Folia 'inn identitics },.)3+r rights alid opticmn rcoardipg .in adtninistrativeappe,a9 oi-ihe ; fhovc di.cision. -,..[:ion maybe found at v,v: r4 1?-njv. illinalo or C0il]s t"egaiIations It & I ik 1', zd 4 . INITIAL PROFFERED PERMIT: You may accept or object to the permit. • ACCEPT: If you received a Standard Permit,you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission(LOP),you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety,and waive all rights to appeal the permit,including its terms and conditions,and approved jurisdictional determinations associated with the permit. • OBJECT: If you object to the permit(Standard or LOP)because of certain terms and conditions therein,you may request that the permit be modified accordingly.You must complete Section II of this form and return the form to the district engineer. Your objections must be received by the district engineer within 60 days of the date of this notice,or you will forfeit your right to appeal the permit in the future. Upon receipt of your letter,the district engineer will evaluate your objections and may:(a) modify the permit to address all of your concerns,(b)modify the permit to address some of your objections,or©not modify the permit having determined that the permit should be issued as previously written. After evaluating your objections,the district engineer will send you a proffered permit for your reconsideration,as indicated in Section B below. B: PROFFERED PERMIT: You may accept or appeal the permit • ACCEPT: If you received a Standard Permit,you may sign the permit document and return it to the district engineer for final authorization. If you received a Letter of Permission(LOP),you may accept the LOP and your work is authorized. Your signature on the Standard Permit or acceptance of the LOP means that you accept the permit in its entirety,and waive all rights to appeal the permit,including its terms and conditions,and approved jurisdictional determinations associated with the permit. • APPEAL: If you choose to decline the proffered permit(Standard or LOP)because of certain terms and conditions therein,you may appeal the declined permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. C: PERMIT DENIAL: You may appeal the denial of a permit under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. D: APPROVED JURISDICTIONAL DETERMINATION: You may accept or appeal the approved jurisdictional determination(JD)or provide new information. • ACCEPT: You do not need to notify the Corps to accept an approved JD. Failure to notify the Corps within 60 days of the date of this notice, means that you accept the approved JD in its entirety,and waive all rights to appeal the approved JD. • APPEAL: If you disagree with the approved JD,you may appeal the approved JD under the Corps of Engineers Administrative Appeal Process by completing Section II of this form and sending the form to the division engineer. This form must be received by the division engineer within 60 days of the date of this notice. E: PRELIMINARY JURISDICTIONAL DETERMINATION: You do not need to respond to the Corps regarding the preliminary JD. The preliminary JD is not appealable. If you wish,you may request an approved JD(which may be appealed),by contacting the Corps district for further instruction. Also you may provide new information for further consideration by the Corps to reevaluate the JD. TV EASONS FOR APPEAL OR OBJECTIONS: (Describe your reasons for appealing the decision or your bjections to an initial proffered permit in clear concise statements. You may attach additional information to ,his form to clarify where your reasons or objections are addressed in the administrative record.) ADDITIONAL INFORMATION: The appeal is limited to a review of the administrative record, the Corps memorandum for the record of the appeal conference or meeting, and any supplemental information that the review officer has determined is needed to clarify the administrative record. Neither the appellant nor the Corps may add new information or analyses to the record. However, you may provide additional information to clarify the location of information that is already in the administrative record. POINT d.F:CONTATOR UE 'I( NS } 3x �AIQ00 If you have questions regarding this decision and/or If you only have questions regarding the appeal the appeal process you may contact: process you may also contact: Mr. Brent Jasper at(817)886-1733 Mr. Jim Gilmore at(214)767-2457 RIGHT OF ENTRY: Your signature below grants the right of entry to Corps of Engineers personnel, and any government consultants, to conduct investigations of the project site during the course of the appeal process. Date: Telephone number: Signature of appellant or authorized agent NATIONWIDE PERMIT 12 Utility Line Activities Effective Date: March 18,2002 Activities required for the construction,maintenance and repair of utility lines and associated facilities in waters of the US as follows: (i)Utility lines:The construction,maintenance,or repair of utility lines,including outfall and intake structures and the associated excavation,backfill,or bedding for the utility lines,in all waters of the US,provided there is no change in preconstruction contours.A"utility line"is defined as any pipe or pipeline for the transportation of any gaseous,liquid,liquescent,or slurry substance,for any purpose,and any cable,line,or wire for the transmission for any purpose of electrical energy,telephone,and telegraph messages,and radio and television communication(see Note 1,below).Material resulting from trench excavation may be temporarily sidecast(up to three months)into waters of the US,provided that the material is not placed in such a manner that it is dispersed by currents or other forces.The District Engineer may extend the period of temporary side casting not to exceed a total of 180 days, where appropriate.In wetlands,the top 6"to 12"of the trench should normally be backfilled with topsoil from the trench.Furthermore,the trench cannot be constructed in such a manner as to drain waters of the US(e.g.,backfilling with extensive gravel layers,creating a french drain effect).For example,utility line trenches can be backfilled with clay blocks to ensure that the trench does not drain the waters of the US through which the utility line is installed. Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. (ii)Utility line substations:The construction,maintenance,or expansion of a substation facility associated with a power line or utility line in non-tidal waters of the US,excluding non-tidal wetlands adjacent to tidal waters, provided the activity does not result in the loss of greater than 1/2-acre of non-tidal waters of the US. (iii)Foundations for overhead utility line towers,poles,and anchors:The construction or maintenance of foundations for overhead utility line towers,poles,and anchors in all waters of the US,provided the foundations are the minimum size necessary and separate footings for each tower leg(rather than a larger single pad)are used where feasible. (iv)Access roads:The construction of access roads for the construction and maintenance of utility lines,including overhead power lines and utility line substations,in non-tidal waters of the US,excluding non-tidal wetlands adjacent to tidal waters,provided the discharges do not cause the loss of greater than 1/2-acre of non-tidal waters of the US.Access roads shall be the minimum width necessary(see Note 2,below).Access roads must be constructed so that the length of the road minimizes the adverse effects on waters of the US and as near as possible to preconstruction contours and elevations(e.g.,at grade corduroy roads or geotextile/gravel roads).Access roads constructed above preconstruction contours and elevations in waters of the US must be properly bridged or culverted to maintain surface flows. The term"utility line"does not include activities which drain a water of the US,such as drainage rile,or french drains;however, it does apply to pipes conveying drainage from another area.For the purposes of this NWP,the loss of waters of the US includes the filled area plus waters of the US that are adversely affected by flooding,excavation, or drainage as a result of the project.Activities authorized by paragraph(i)through(iv)may not exceed a total of 1/2-acre loss of waters of the US.Waters of the US temporarily affected by filling,flooding,excavation,or drainage, where the project area is restored to preconstruction contours and elevation, is not included in the calculation of permanent loss of waters of the US.This includes temporary construction mats(e.g.,timber,steel,geotextile)used during construction and removed upon completion of the work. Where certain functions and values of waters of the US are permanently adversely affected,such as the conversion of a forested wetland to a herbaceous wetland in the permanently maintained utility line right-of-way,mitigation will be required to reduce the adverse effects of the project to the minimal level. Mechanized land clearing necessary for the construction,maintenance,or repair of utility lines and the construction,maintenance and expansion of utility line substations,foundations for overhead utility lines,and access roads is authorized,provided the cleared area is kept to the minimum necessary and preconstruction contours are maintained as near as possible.The area of waters of the US that is filled,excavated,or flooded must be limited to the minimum necessary to construct the utility line,substations,foundations,and access roads. Excess material must be removed to upland areas immediately upon completion of construction.This NWP may authorize utility lines in or affecting navigable waters of the US even if there is no associated discharge of dredged or fill material(See 33 CFR part 322). Notification:The permittee must notify the District Engineer in accordance with General Condition 13,if any of the following criteria are met: (a)Mechanized land clearing in a forested wetland for the utility line right-of-way; (b)A Section 10 permit is required; (c)The utility line in waters of the US,excluding overhead lines,exceeds 500 feet; (d)The utility line is placed within a jurisdictional area(i.e.,water of the US),and it runs parallel to a stream bed that is within that jurisdictional area; (e)Discharges associated with the construction of utility line substations that result in the loss of greater than 1/10- acre of waters of the US; (f)Permanent access roads constructed above grade in waters of the US for a distance of more than 500 feet;or (g)Permanent access roads constructed in waters of the US with impervious materials.(Sections 10 and 404) Note 1:Overhead utility lines constructed over Section 10 waters and utility lines that are routed in or under Section 10 waters without a discharge of dredged or fill material require a Section 10 permit;except for pipes or pipelines used to transport gaseous,liquid,liquescent,or slurry substances over navigable waters of the US,which are considered to be bridges,not utility lines,and may require a permit from the USCG pursuant to section 9 of the Rivers and Harbors Act of 1899.However,any discharges of dredged or fill material associated with such pipelines will require a Corps permit under Section 404. Note 2:Access roads used for both construction and maintenance may be authorized,provided they meet the terms and conditions of this NWP.Access roads used solely for construction of the utility line must be removed upon completion of the work and the area restored to preconstruction contours,elevations, and wetland conditions. Temporary access roads for construction may be authorized by NWP 33. Note 3:Where the proposed utility line is constructed or installed in navigable waters of the US(i.e.,Section 10 waters),copies of the PCN and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration(NOAA),National Ocean Service(NOS),for charting the utility line to protect navigation. NATIONWIDE PERMIT GENERAL CONDITIONS The following General Conditions must be followed in order for any authorization by an NWP to be valid: 1.Navigation.No activity may cause more than a minimal adverse effect on navigation. 2.Proper Maintenance.Any structure or fill authorized shall be properly maintained,including maintenance to ensure public safety. 3. Soil Erosion and Sediment Controls.Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction,and all exposed soil and other fills,as well as any work below the ordinary high water mark or high tide line,must be permanently stabilized at the earliest practicable date.Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 4.Aquatic Life Movements.No activity may substantially disrupt the necessary life-cycle movements of those species of aquatic life indigenous to the waterbody,including those species that normally migrate through the area, unless the activity's primary purpose is to impound water.Culverts placed in streams must be installed to maintain low flow conditions. 5.Equipment.Heavy equipment working in wetlands must be placed on mats,or other measures must be taken to minimize soil disturbance. �r 6.Regional and Case-By-Case Conditions.The activity must comply with any regional conditions that may have 2 been added by the Division Engineer(see 33 CFR 330.4(e))and with any case specific conditions added by the Corps or by the state or tribe in its Section 401 Water Quality Certification and Coastal Zone Management Act consistency determination. Note: Statewide Regional Conditions have been added for activities within Texas. 7.Wild and Scenic Rivers.No activity may occur in a component of the National Wild and Scenic River System;or in a river officially designated by Congress as a "study river"for possible inclusion in the system,while the river is in an official study status;unless the appropriate Federal agency,with direct management responsibility for such river,has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation,or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area(e.g.,National Park Service,U.S.Forest Service,Bureau of Land Management, U.S.Fish and Wildlife Service). 8.Tribal Rights.No activity or its operation may impair reserved tribal rights, including,but not limited to, reserved water rights and treaty fishing and hunting rights. 9.Water Quality.(a)In certain states and tribal lands an individual 401 Water Quality Certification must be obtained or waived(See 33 CFR 330.4(c)). (b)For NWPs 12, 14, 17, 18,32,39,40,42,43,and 44,where the state or tribal 401 certification(either generically or individually)does not require or approve water quality management measures,the permittee must provide water quality management measures that will ensure that the authorized work does not result in more than minimal degradation of water quality(or the Corps determines that compliance with state or local standards,where applicable,will ensure no more than minimal adverse effect on water quality).An important component of water quality management includes stormwater management that minimizes degradation of the downstream aquatic system, including water quality(refer to General Condition 21 for stormwater management requirements).Another important component of water quality management is the establishment and maintenance of vegetated buffers next to open waters,including streams(refer to General Condition 19 for vegetated buffer requirements for the NWPs). This condition is only applicable to projects that have the potential to affect water quality.While appropriate measures must be taken,in most cases it is not necessary to conduct detailed studies to identify such measures or to require monitoring. 10. Coastal Zone Management.In certain states,an individual state coastal zone management consistency concurrence must be obtained or waived(see 33 CFR 330.4(d)). 11.Endangered Species.(a)No activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation,as identified under the Federal Endangered Species Act(ESA),or which will destroy or adversely modify the critical habitat of such species.Non-federal permittees shall notify the District Engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project,or is located in the designated critical habitat and shall not begin work on the activity until notified by the District Engineer that the requirements of the ESA have been satisfied and that the activity is authorized.For activities that may affect Federally-listed endangered or threatened species or designated critical habitat,the notification must include the name(s)of the endangered or threatened species that may be affected by the proposed work or that utilize the designated critical habitat that may be affected by the proposed work.As a result of formal or informal consultation with the FWS or NMFS the District Engineer may add species- specific regional endangered species conditions to the NWPs. (b)Authorization of an activity by a NWP does not authorize the "take"of a threatened or endangered species as defined under the ESA.In the absence of separate authorization(e.g.,an ESA Section 10 Permit,a Biological Opinion with"incidental take"provisions,etc.)from the USFWS or the NMFS,both lethal and non-lethal"takes"of protected species are in violation of the ESA. Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the USFWS and NMFS or their world wide web pages at http://www.fws.gov/r9endspp/endspp.html and http://www.mnfs.noaa.gov/prot_res/overview/es.htrnl w respectively. 3 �FFIC I a � Fy. NJ'J ", 2K. 12.Historic Properties.No activity which may affect historic properties listed,or eligible for listing,in the National Register of Historic Places is authorized,until the District Engineer has complied with the provisions of 33 CFR part 325,Appendix C.The prospective permittee must notify the District Engineer if the authorized activity may affect any historic properties listed,determined to be eligible,or which the prospective permittee has reason to believe may be eligible for listing on the National Register of Historic Places,and shall not begin the activity until notified by the District Engineer that the requirements of the National Historic Preservation Act have been satisfied and that the activity is authorized.Information on the location and existence of historic resources can be obtained from the State Historic Preservation Office and the National Register of Historic Places(see 33 CFR 330.4(g)).For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the notification must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. 13. Notification. (a)Timing;where required by the terms of the NWP,the prospective permittee must notify the District Engineer with a preconstruction notification(PCN)as early as possible.The District Engineer must determine if the notification is complete within 30 days of the date of receipt and can request additional information necessary to make the PCN complete only once.However,if the prospective permittee does not provide all of the requested information,then the District Engineer will notify the prospective permittee that the notification is still incomplete and the PCN review process will not commence until all of the requested information has been received by the District Engineer.The prospective permittee shall not begin the activity: (1)Until notified in writing by the District Engineer that the activity may proceed under the NWP with any special conditions imposed by the District or Division Engineer;or (2)If notified in writing by the District or Division Engineer that an Individual Permit is required;or (3)Unless 45 days have passed from the District Engineer's receipt of the complete notification and the prospective permittee has not received written notice from the District or Division Engineer.Subsequently,the permittee's right to proceed under the NWP may be modified,suspended,or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b)Contents of Notification:The notification must be in writing and include the following information: (1)Name,address and telephone numbers of the prospective permittee; (2)Location of the proposed project; (3)Brief description of the proposed project;the project's purpose;direct and indirect adverse environmental effects the project would cause;any other NWP(s),Regional General Permit(s),or Individual Periit(s)used or intended to be used to authorize any part of the proposed project or any related activity. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP(Sketches usually clarify the project and when provided result in a quicker decision.); (4)For NWPs 7, 12, 14, 18,21,34,38,39,40,41,42,and 43,the PCN must also include a delineation of affected special aquatic sites,including wetlands,vegetated shallows(e.g.,submerged aquatic vegetation,seagrass beds),and riffle and pool complexes(see paragraph 13(f)); (5)For NWP 7(Outfall Structures and Maintenance),the PCN must include information regarding the original design capacities and configurations of those areas of the facility where maintenance dredging or excavation is proposed; (6)For NWP 14(Linear Transportation Projects),the PCN must include a compensatory mitigation proposal to offset permanent losses of waters of the US and a statement describing how temporary losses of waters of the US will. be minimized to the maximum extent practicable; (7)For NWP 21 (Surface Coal Mining Activities),the PCN must include an Office of Surface Mining(OSM)or state-approved mitigation plan,if applicable.To be authorized by this NWP,the District Engineer must determine that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are minimal both individually and cumulatively and must notify the project sponsor of this determination in writing; (8)For NWP 27(Stream and Wetland Restoration Activities),the PCN must include documentation of the prior condition of the site that will be reverted by the permittee; (9)For NWP 29(Single-Family Housing),the PCN must also include: (i)Any past use of this NWP by the Individual Permittee and/or the permittee's spouse; 4 (ii)A statement that the single-family housing activity is for a personal residence of the permittee; (iii)A description of the entire parcel,including its size,and a delineation of wetlands.For the purpose of this NWP,parcels of land measuring 1/4-acre or less will not require a formal on-site delineation.However,the applicant shall provide an indication of where the wetlands are and the amount of wetlands that exists on the property.For parcels greater than 1/4-acre in size, formal wetland delineation must be prepared in accordance with the current method required by the Corps.(See paragraph 13(f)); (iv)A written description of all land(including, if available,legal descriptions)owned by the prospective permittee and/or the prospective permittee's spouse,within a one mile radius of the parcel,in any form of ownership (including any land owned as a partner,corporation,joint tenant,co-tenant,or as a tenant-by-the-entirety)and any land on which a purchase and sale agreement or other contract for sale or purchase has been executed; (10)For NWP 31 (Maintenance of Existing Flood Control Facilities),the prospective permittee must either notify the District Engineer with a PCN prior to each maintenance activity or submit a five year(or less)maintenance plan. In addition,the PCN must include all of the following: (i)Sufficient baseline information identifying the approved channel depths and configurations and existing facilities.Minor deviations are authorized,provided the approved flood control protection or drainage is not increased; (ii)A delineation of any affected special aquatic sites,including wetlands;and, (iii)Location of the dredged material disposal site; (11)For NWP 33(Temporary Construction,Access,and Dewatering),the PCN must also include a restoration plan of reasonable measures to avoid and minimize adverse effects to aquatic resources; (12)For NWPs 39,43 and 44,the PCN must also include a written statement to the District Engineer explaining how avoidance and minimization for losses of waters of the US were achieved on the project site; (13)For NWP 39 and NWP 42,the PCN must include a compensatory mitigation proposal to offset losses of waters of the US or justification explaining why compensatory mitigation should not be required.For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively, and waive the limitation on stream impacts in writing before the permittee may proceed; (14)For NWP 40(Agricultural Activities),the PCN must include a compensatory mitigation proposal to offset losses of waters of the US.This NWP does not authorize the relocation of greater than 300 linear-feet of existing serviceable drainage ditches constructed in non-tidal streams unless,for drainage ditches constructed in intermittent non-tidal streams,the District Engineer waives this criterion in writing,and the District Engineer has determined that the project complies with all terms and conditions of this NWP,and that any adverse impacts of the project on the aquatic environment are minimal,both individually and cumulatively; (15)For NWP 43(Stormwater Management Facilities),the PCN must include,for the construction of new stormwater management facilities,a maintenance plan(in accordance with state and local requirements,if applicable)and a compensatory mitigation proposal to offset losses of waters of the US.For discharges that cause the loss of greater than 300 linear feet of an intermittent stream bed,to be authorized,the District Engineer must determine that the activity complies with the other terms and conditions of the NWP,determine adverse environmental effects are minimal both individually and cumulatively, and waive the limitation on stream impacts in writing before the permittee may proceed; (16)For NWP 44(Mining Activities),the PCN must include a description of all waters of the US adversely affected by the project,a description of measures taken to minimize adverse effects to waters of the US,a description of measures taken to comply with the criteria of the NWP,and a reclamation plan(for all aggregate mining activities in isolated waters and non-tidal wetlands adjacent to headwaters and any hard rocklmineral mining activities); (17)For activities that may adversely affect Federally-listed endangered or threatened species,the PCN must include the name(s)of those endangered or threatened species that may be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work;and (18)For activities that may affect historic properties listed in,or eligible for listing in,the National Register of Historic Places,the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. (c)Form of Notification:The standard Individual Permit application form(Form ENG 4345)may be used as the 5 notification but must clearly indicate that it is a PCN and must include all of the information required in(b)(1)-(18) of General Condition 13.A letter containing the requisite information may also be used. (d)District Engineer's Decision: In reviewing the PCN for the proposed activity,the District Engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest.The prospective permittee may submit a proposed mitigation plan with the PCN to expedite the process.The District Engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed work are minimal.If the District Engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal,after considering mitigation,the District Engineer will notify the permittee and include any conditions the District Engineer deems necessary.The District Engineer must approve any compensatory mitigation proposal before the permittee commences work.If the prospective permittee is required to submit a compensatory mitigation proposal with the PCN,the proposal may be either conceptual or detailed.If the prospective permittee elects to submit a compensatory mitigation plan with the PCN,the District Engineer will expeditiously review the proposed compensatory mitigation plan.The District Engineer must review the plan within 45 days of receiving a complete PCN and determine whether the conceptual or specific proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment.If the net adverse effects of the project on the aquatic environment(after consideration of the compensatory mitigation proposal)are determined by the District Engineer to be minimal,the District Engineer will provide a timely written response to the applicant.The response will state that the project can proceed under the terms and conditions of the NWP. If the District Engineer determines that the adverse effects of the proposed work are more than minimal,then the District Engineer will notify the applicant either: (1)That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an Individual Permit;(2)that the project is authorized under the NWP subject to the applicant's submission of a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level;or(3)that the project is authorized under the NWP with specific modifications or conditions.Where the District Engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment,the activity will be authorized within the 45-day PCN period.The authorization will include the necessary conceptual or specific mitigation or a requirement that the applicant submit a mitigation proposal that would reduce the adverse effects on the aquatic environment to the minimal level.When conceptual mitigation is included,or a mitigation plan is required under item(2)above,no work in waters of the US will occur until the District Engineer has approved a specific mitigation plan. (e)Agency Coordination:The District Engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. For activities requiring notification to the District Engineer that result in the loss of greater than 1/2-acre of waters of the US,the District Engineer will provide immediately(e.g.,via facsimile transmission,overnight mail, or other expeditious manner)a copy to the appropriate Federal or state offices(USFWS,state natural resource or water quality agency,EPA,State Historic Preservation Officer(SHPO),and,if appropriate,the NMFS).With the exception of NWP 37,these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax the District Engineer notice that they intend to provide substantive,site-specific comments.If so contacted by an agency,the District Engineer will wait an additional 15 calendar days before making a decision on the notification.The District Engineer will fully consider agency comments received within the specified time frame, but will provide no response to the resource agency,except as provided below.The District Engineer will indicate in the administrative record associated with each notification that the resource agencies'concerns were considered.As required by section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act,the District Engineer will provide a response to NMFS within 30 days of receipt of any Essential Fish Habitat conservation recommendations.Applicants are encouraged to provide the Corps multiple copies of notifications to expedite agency notification. (f)Wetland Delineations: Wetland delineations must be prepared in accordance with the current method required by the Corps(For NWP 29 see paragraph(b)(9)(iii)for parcels less than(1/4-acre in size).The permittee may ask the Corps to delineate the special aquatic site.There may be some delay if the Corps does the delineation. 6 Furthermore,the 45-day period will not start until the wetland delineation has been completed and submitted to the Corps,where appropriate. 14. Compliance Certification.Every permittee who has received NWP verification from the Corps will submit a signed certification regarding the completed work and any required mitigation.The certification will be forwarded by the Corps with the authorization letter and will include: (a)A statement that the authorized work was done in accordance with the Corps authorization, including any general or specific conditions; (b)A statement that any required mitigation was completed in accordance with the permit conditions;and (c)The signature of the permittee certifying the completion of the work and mitigation. 15.Use of Multiple Nationwide Permits.The use of more than one NWP for a single and complete project is prohibited,except when the acreage loss of waters of the US authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit(e.g.if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the US for the total project cannot exceed 1/3-acre). 16.Water Supply Intakes.No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in the proximity of a public water supply intake except where the activity is for repair of the public water supply intake structures or adjacent bank stabilization. 17.Shellfish Beds.No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may occur in areas of concentrated shellfish populations,unless the activity is directly related to a shellfish harvesting activity authorized by NWP 4. 18.Suitable Material.No activity,including structures and work in navigable waters of the US or discharges of dredged or fill material,may consist of unsuitable material(e.g.,trash,debris,car bodies,asphalt,etc.)and material used for construction or discharged must be free from toxic pollutants in toxic amounts(see section 307 of the CWA). 19.Mitigation.The District Engineer will consider the factors discussed below when determining the acceptability of appropriate and practicable mitigation necessary to offset adverse effects on the aquatic environment that are more than minimal. (a)The project must be designed and constructed to avoid and minimize adverse effects to waters of the US to the maximum extent practicable at the project site(i.e.,on site). (b)Mitigation in all its forms(avoiding,minimizing,rectifying,reducing or compensating)will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c)Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland impacts requiring a PCN,unless the District Engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement.Consistent with National policy,the District Engineer will establish a preference for restoration of wetlands as compensatory mitigation,with preservation used only in exceptional circumstances. (d)Compensatory mitigation(i.e.,replacement or substitution of aquatic resources for those impacted)will not be used to increase the acreage losses allowed by the acreage limits of some of the NWPs.For example, 1/4-acre of wetlands cannot be created to change a 3/4-acre loss of wetlands to a 1/2-acre loss associated with NWP 39 verification.However, 1/2-acre of created wetlands can be used to reduce the impacts of a 1/2-acre loss of wetlands to the minimum impact level in order to meet the minimal impact requirement associated with NWPs. (e)To be practicable,the mitigation must be available and capable of being done considering costs,existing technology,and logistics in light of the overall project purposes.Examples of mitigation that may be appropriate and practicable include,but are not limited to: reducing the size of the project;establishing and maintaining wetland or upland vegetated buffers to protect open waters such as streams;and replacing losses of aquatic resource functions and values by creating,restoring,enhancing,or preserving similar functions and values,preferably in the same 7 watershed. (f)Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the establishment,maintenance,and legal protection(e.g.,easements,deed restrictions)of vegetated buffers to open waters.In many cases,vegetated buffers will be the only compensatory mitigation required. Vegetated buffers should consist of native species.The width of the vegetated buffers required will address documented water quality or aquatic habitat loss concerns.Normally,the vegetated buffer will be 25 to 50 feet wide on each side of the stream,but the District Engineers may require slightly wider vegetated buffers to address documented water quality or habitat loss concerns.Where both wetlands and open waters exist on the project site, the Corps will determine the appropriate compensatory mitigation(e.g.,stream buffers or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where vegetated buffers are determined to be the most appropriate form of compensatory mitigation,the District Engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland impacts. (g)Compensatory mitigation proposals submitted with the"notification"may be either conceptual or detailed. If conceptual plans are approved under the verification,then the Corps will condition the verification to require detailed plans be submitted and approved by the Corps prior to construction of the authorized activity in waters of the US. (h)Permittees may propose the use of mitigation banks,in-lieu fee arrangements or separate activity-specific compensatory mitigation.In all cases that require compensatory mitigation,the mitigation provisions will specify the party responsible for accomplishing and/or complying with the mitigation plan. 20.Spawning Areas.Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material,in spawning areas during spawning seasons must be avoided to the maximum extent practicable.Activities that result in the physical destruction(e.g.,excavate,fill,or smother downstream by substantial turbidity)of an important spawning area are not authorized. 21.Management of Water Flows.To the maximum extent practicable,the activity must be designed to maintain preconstruction downstream flow conditions(e.g.,location,capacity,and flow rates).Furthermore,the activity must not permanently restrict or impede the passage of nominal or expected high flows(unless the primary purpose of the fill is to impound waters)and the structure or discharge of dredged or fill material must withstand expected high flows.The activity must,to the maximum extent practicable,provide for retaining excess flows from the site,provide for maintaining surface flow rates from the site similar to preconstruction conditions,and provide for not increasing water flows from the project site,relocating water,or redirecting water flow beyond preconstruction conditions. Stream channelizing will be reduced to the minimal amount necessary,and the activity must,to the maximum extent practicable,reduce adverse effects such as flooding or erosion downstream and upstream of the project site,unless the activity is part of a larger system designed to manage water flows.In most cases, it will not be a requirement to conduct detailed studies and monitoring of water flow. This condition is only applicable to projects that have the potential to affect waterflows.While appropriate measures must be taken,it is not necessary to conduct detailed studies to identify such measures or require monitoring to ensure their effectiveness.Nominally,the Corps will defer to state and local authorities regarding management of water flow. 22.Adverse Effects From Impoundments.If the activity creates an impoundment of water,adverse effects to the aquatic system due to the acceleration of the passage of water,and/or the restricting its flow shall be minimized to the maximum extent practicable.This includes structures and work in navigable waters of the US,or discharges of dredged or fill material. 23.Waterfowl Breeding Areas.Activities,including structures and work in navigable waters of the US or discharges of dredged or fill material, into breeding areas for migratory waterfowl must be avoided to the maximum extent practicable. 24.Removal of Temporary Fills.Any temporary fills must be removed in their entirety and the affected areas returned to their preexisting elevation. 8 25.Designated Critical Resource Waters.Critical resource waters include,NOAA-designated marine sanctuaries, National Estuarine Research Reserves,National Wild and Scenic Rivers, critical habitat for Federally listed threatened and endangered species,coral reefs,state natural heritage sites,and outstanding national resource waters or other waters officially designated by a state as having particular environmental or ecological significance and identified by the District Engineer after notice and opportunity for public comment.The District Engineer may also designate additional critical resource waters after notice and opportunity for comment. (a)Except as noted below,discharges of dredged or fill material into waters of the US are not authorized by NWPs 7, 12, 14, 16, 17,21,29,31,35,39,40,42,43,and 44 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters.Discharges of dredged or fill materials into waters of the US may be authorized by the above NWPs in National Wild and Scenic Rivers if the activity complies with General Condition 7.Further,such discharges may be authorized in designated critical habitat for Federally listed threatened or endangered species if the activity complies with General Condition 11 and the USFWS or the NMFS has concurred in a determination of compliance with this condition. (b)For NWPs 3, 8, 10, 13, 15, 18, 19,22,23,25,27,28, 30, 33,34, 36,37,and 38,notification is required in accordance with General Condition 13,for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters.The District Engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 26. Fills Within 100-Year Floodplains.For purposes of this General Condition, 100-year floodplain will be identified through the existing Federal Emergency Management Agency's(FEMA)Flood Insurance Rate Maps or FEMA-approved local floodplain maps. (a)Discharges in Floodplain;Below Headwaters.Discharges of dredged or fill material into waters of the US within the mapped 100-year floodplain,below headwaters(i.e. five cfs),resulting in permanent above-grade fills, are not authorized by NWPs 39,40,42,43,and 44. (b)Discharges in Floodway;Above Headwaters.Discharges of dredged or fill material into waters of the US within the FEMA or locally mapped floodway,resulting in permanent above-grade fills,are not authorized by NWPs 39,40,42, and 44. (c)The permittee must comply with any applicable FEMA-approved state or local floodplain management requirements. 27. Construction Period.For activities that have not been verified by the Corps and the project was commenced or under contract to commence by the expiration date of the NWP(or modification or revocation date),the work must be completed within 12-months after such date(including any modification that affects the project). For activities that have been verified and the project was commenced or under contract to commence within the verification period, the work must be completed by the date determined by the Corps. For projects that have been verified by the Corps, an extension of a Corps approved completion date maybe requested.This request must be submitted at least one month before the previously approved completion date. FURTHER INFORMATION 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not obviate the need to obtain other Federal,state,or local permits,approvals,or authorizations required by law. 3.NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5.NWPs do not authorize interference with any existing or proposed Federal project. DEFINITIONS Best Management Practices(BMPs): BMPs are policies,practices,procedures,or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development.BMPs are 9 categorized as structural or non-structural.A BMP policy may affect the limits on a development. Compensatory Mitigation:For purposes of Section 10/404,compensatory mitigation is the restoration,creation, enhancement,or in exceptional circumstances,preservation of wetlands and/or other aquatic resources for the purpose of compensating for unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Creation:The establishment of a wetland or other aquatic resource where one did not formerly exist. Enhancement:Activities conducted in existing wetlands or other aquatic resources that increase one or more aquatic functions. Ephemeral Stream:An ephemeral stream has flowing water only during and for a short duration after, precipitation events in a typical year.Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream.Runoff from rainfall is the primary source of water for stream now. Farm Tract:A unit of contiguous land under one ownership that is operated as a farm or part of a farm. Flood Fringe:That portion of the 100-year floodplain outside of the floodway(often referred to as"floodway fringe"). Floodway:The area regulated by Federal,state,or local requirements to provide for the discharge of the base flood so the cumulative increase in water surface elevation is no more than a designated amount(not to exceed one foot as set by the National Flood Insurance Program)within the 100-year floodplain. Independent Utility:A test to determine what constitutes a single and complete project in the Corps regulatory program.A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area.Portions of a multi-phase project that depend upon other phases of the project do not have independent utility.Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Intermittent Stream:An intermittent stream has flowing water during certain times of the year,when groundwater provides water for stream flow.During dry periods,intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of Waters of the US: Waters of the US that include the filled area and other waters that are permanently adversely affected by flooding,excavation,or drainage because of the regulated activity.Permanent adverse effects include permanent above-grade,at-grade,or below-grade fills that change an aquatic area to dry land,increase the bottom elevation of a waterbody,or change the use of a waterbody.The acreage of loss of waters of the US is the threshold measurement of the impact to existing waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and values.The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Impacts to ephemeral streams are not included in the linear foot measurement of loss of stream bed for the purpose of determining compliance with the linear foot limits of NWPs 39,40,42,and 43.Waters of the US temporarily filled,flooded,excavated,or drained,but restored to preconstruction contours and elevations after construction, are not included in the measurement of loss of waters of the US. Kon-tidal Wetland: A non-tidal wetland is a wetland(i.e.,a water of the US)that is not subject to the ebb and flow of tidal waters.The definition of a wetland can be found at 33 CFR 328.3(b).Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line(i.e.,spring high tide line). Open Water:An area that,during a year with normal patterns of precipitation,has standing or flowing water for sufficient duration to establish an ordinary high water mark.Aquatic vegetation within the area of standing or flowing water is either non-emergent,sparse,or absent.Vegetated shallows are considered to be open waters.The term"open water"includes rivers,streams,lakes,and ponds.For the purposes of the NWPs,this term does not include ephemeral waters. Perennial Stream:A perennial stream has flowing water year-round during a typical year.The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Permanent Above-grade Fill:A discharge of dredged or fill material into waters of the US,including wetlands, that results in a substantial increase in ground elevation and permanently converts part or all of the waterbody to dry .. land. Structural fills authorized by NWPs 3,25,36,etc.are not included. Preservation:The protection of ecologically important wetlands or other aquatic resources in perpetuity through 10 the implementation of appropriate legal and physical mechanisms.Preservation may include protection of upland areas adjacent to wetlands as necessary to ensure protection and/or enhancement of the overall aquatic ecosystem. Restoration:Re-establishment of wetland and/or other aquatic resource characteristics and function(s)at a site where they have ceased to exist,or exist in a substantially degraded state. Riffle and Pool Complex:Riffle and pool complexes are special aquatic sites under the 404(b)(1)Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics.The rapid movement of water over a course substrate in riffles results in a rough flow,a turbulent surface,and high dissolved oxygen levels in the water.Pools are deeper areas associated with riffles.A slower stream velocity, a streaming flow,a smooth surface,and a finer substrate characterize pools. Single and Complete Project:The term"single and complete project"is defined at 33 CFR 330.2(i)as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers (see definition of independent utility).For linear projects,the"single and complete project"(i.e.,a single and complete crossing)will apply to each crossing of a separate water of the US(i.e.,a single waterbody)at that location.An exception is for linear projects crossing a single waterbody several times at separate and distant locations: each crossing is considered a single and complete project.However,individual channels in a braided stream or river,or individual arms of a large,irregularly shaped wetland or lake,etc.,are not separate waterbodies. Stormwater Management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion,water quality degradation,and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater Management Facilities: Stormwater management facilities are those facilities,including but not limited to,stormwater retention and detention ponds and BMPs,which retain water for a period of time to control runoff and/or improve the quality(i.e.,by reducing the concentration of nutrients,sediments,hazardous substances and other pollutants)of stormwater runoff. Stream Bed:The substrate of the stream channel between the ordinary high water marks.The substrate may be •lo*-- bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed,but outside of the ordinary high water marks,are not considered part of the stream bed. Stream Channelization:The manipulation of a stream channel to increase the rate of water flow through the stream channel.Manipulation may include deepening,widening,straightening,armoring,or other activities that change the stream cross-section or other aspects of stream channel geometry to increase the rate of water flow through the stream channel.A channelized stream remains a water of the US,despite the modifications to increase the rate of water flow. Tidal Wetland:A tidal wetland is a wetland(i.e.,water of the US)that is inundated by tidal waters.The definitions of a wetland and tidal waters can be found at 33 CFR 328.3(b)and 33 CFR 328.3(f),respectively.Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun.Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters,wind,or other effects.Tidal wetlands are located channelward of the high tide line(i.e.,spring high tide line)and are inundated by tidal waters two times per lunar month,during spring high tides. Vegetated Buffer:A vegetated upland or wetland area next to rivers,streams,lakes,or other open waters which separates the open water from developed areas,including agricultural land.Vegetated buffers provide a variety of aquatic habitat functions and values(e.g.,aquatic habitat for fish and other aquatic organisms,moderation of water temperature changes,and detritus for aquatic food webs)and help improve or maintain local water quality.A vegetated buffer can be established by maintaining an existing vegetated area or planting native trees,shrubs,and herbaceous plants on land next to open-waters.Mowed lawns are not considered vegetated buffers because they provide little or no aquatic habitat functions and values.The establishment and maintenance of vegetated buffers is a method of compensatory mitigation that can be used in conjunction with the restoration,creation,enhancement,or preservation of aquatic habitats to ensure that activities authorized by NWPs result in minimal adverse effects to the aquatic environment.(See General Condition 19.) Vegetated Shallows:Vegetated shallows are special aquatic sites under the 404(b)(1)Guidelines.They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation,such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody:A waterbody is any area that in a normal year has water flowing or standing above ground to the 11 extent that evidence of an ordinary high water mark is established. Wetlands contiguous to the waterbody are considered part of the waterbody. ADDITIONAL INFORMATION Information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be accessed on our Internet page: http://www.usace.army.mil/inet/functions/cw/cecwo/reg This nationwide permit is effective March 18,2002,and expires on March 19,2007,unless sooner modified, suspended,or revoked. Summary Version: March 18,2002 12 E OF CIO Texas Commission on Environmental Quality 401 Water Quality Certification Conditions for Nationwide Permits Attachment 1 Below are the 401 water quality certification conditions the Texas Commission on Environmental Quality(TCEQ)added to the January 15, 2002 issuance of Nationwide Permits (NWP),as described in the Federal Register(Part II, Vol. 67,No. 10,pages 2020-2095). These conditions were included as part of TCEQ's certification finalized on April 12,2002 and September 5, 2003. Additional information regarding these conditions, including descriptions of the best management practices,can be obtained from the TCEQ by contacting the 401 Coordinator,MC-150,P.O.Box 13087, Austin,Texas 78711-3087 or from the appropriate U.S.Army Corps of Engineers district office. I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions(erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3,7, 12, 13, 14, 15, 17, 18, 19,21,22, 25,27,29,30,31,32,33, 36, 37, 38,39,40,41,42,43,and 44. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Temporary Vegetation o Blankets/Matting o Mulch o Sod o Interceptor Swale o Diversion Dike o Erosion Control Compost o Mulch Filter Berms and Socks o Compost Filter Berms and Socks II. Sedimentation Control Prior to project initiation,the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state,including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3,7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, and 44. If the '�""' applicant does not choose one of the BMPs listed, an individual 401 certification is required. t 401 Water Quality Certification Conditions for Nationwide Permits Page 2 o Sand Bag Berm o Rock Berm o Silt Fence o Hay Bale Dike o Triangular Filter Dike o Brush Berms o Stone Outlet Sediment Traps o Sediment Basins o Erosion Control Compost o Mulch Filter Berms and Socks o Compost Filter Berms and Socks III. Post-Construction TSS Control After construction has been completed and the site is stabilized,total suspended solids(TSS)loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18,21,29,31,36,39, 40, 41, 42, and 44. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems o Erosion Control Compost o Mulch Filter Berms and Socks o Compost Filter Berms and Socks IV.Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal areas shall not exceed a TSS concentratiot,of 300 mg/L unless an individual certification has been issued with site-specific TSS limits. I 401 Water Quality Certification Conditions for Nationwide Permits Page 3 V. NWP 39,40, and 42 The Corps will copy the TCEQ on all authorizations for impacts of greater than 300 feet of intermittent streams sent to applicants. Attachment 2 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Control Post Construction TSS 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance(Repair,Replacement, X X rehabilitation of currently serviceable structure or fill) 4 Fish and Wildlife Harvesting, Enhancement and Attraction Devices and Activities(Duck Blinds and Crab Traps) 5 Scientific Measurement Devices 6 Survey Activities 7 Outfall Structures and Maintenance X X 8 Oil and Gas Structures 9 Structures in Fleeting And Anchorage Areas 10 Mooring Buoys 11 Temporary Recreation Structures 12 Utility Line Activities X X X 13 Bank Stabilization X X 14 Linear Transportation Projects X X X 15 U.S.Coast Guard Approved Bridges X X 16 Return Water From Upland Disposal Areas 17 Hydropower Projects X X X 18 Minor Discharges(25yds) X X X 19 Minor Dredging X X 20 Oil Spill Cleanup 21 Surface Coal Mining Activities X X X 22 Removal of Vessels X X Attachment 2 Reference to Nationwide Permits Best Management Practices Requirements NWP Approved Categorical Exclusions Erosion Control Sediment Control Post Construction TSS 23 Approved Categorical Exclusions 24 State Administered 404 Program 25 Structural Discharges X X 26 Reserved 27 Stream and Wetland Restoration X X 28 Modifications of Existing Marinas 29 Single-Family Housing X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood X X X Control Facilities 32 Completed Enforcement Actions X X 33 Temporary Construction,Access and X X Dewatering 34 Cranberry Production 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic X X Waste 39 Residential,Commercial,and X X X Institutional Developments 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches X X X 42 Recreational Facilities X X X 43 Stormwater Management Facilities X j X 44 Mining Activities X X X p.�E 0 TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Description of BMPs EROSION CONTROL BWs Temporary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should covered with appropriate soil stabilization matting. May 1, 2003 -1- Blankets and Mattiniz Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http://www.dot.state.tx.usAnsdtdot/orgchart/cmd/erosion/contents.httm which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites, sites with adverse soil conditions orseeding on other than optimum seeding dates, mulch material should be applied immediately after seeding.Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. May 1, 2003 -2- ' t P. I • Wood-fiber or paper-fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Tom or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. ,Omsk • During periods of high temperature, the soil should be lightly irrigated. May 1, 2003 -3- • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem,sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off-site runoff from entering the disturbed area, and prevent sediment-laden runoff from leaving a disturbed site. They may have a v-shape or be trapezodial with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2%or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24-hour storm. Installation: • An interceptor Swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees,brush,stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. May 1, 2003 -4- r i J • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent,or velocities exceed 6 feet per second (regardless of slope),stabilization is required.Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. • Minimum compaction for the swale should be 90%standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet,such as a rock berm,sandbag berm,or stone outlet structure.These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at 1*00%4 least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non-woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd', a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density. • The channel,which is formed by the dike, must have positive drainage for its entire length to an outlet. • When the slope exceeds 2 percent,or velocities exceed 6 feet per second(regardless of slope),stabilization is required. In situations where velocities do not exceed 6 feet per second,vegetation may be used to control erosion. May 1, 2003 -5- Erosion Control Compost Description:Erosion control compost (ECC)can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.dot.state.tx.us/desAandscape/compost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission(now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332,and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC)should be conducted on compost products used for ECC to ensure that the products used will not impact public health,safety,and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample,monitor, and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA—program_description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. r•R-1 • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. May 1, 2003 -6- • When rolling is specified, use a light corrugated drum roller. Mulch Filter Berms and Socks Description: Mulch filter berms and socks are used to intercept and detain sediment laden run-off from unprotected areas.When properly used,mulch filter berms and socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The berm or sock should remain in place until the area is permanently stabilized. Mulch filter berms should not be used when there is a concentration of water in a channel or drainage way. If concentrated flows occurs after installation,corrective action must be taken. Mulch filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch filter berms and socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch filter berms and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape/compost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. Mulch filter berms and socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch filter berms and socks,products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC),Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch filter berms and socks to ensure that the products used will not impact public health,safety,and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at May 1, 2003 -7- http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_descnption.html. Installation: • Install in accordance with current TxDOT specification. • Mulch filter berms should be constructed at 1.1/2 feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain filter berm in a functional condition at all times. Correct deficiencies immediately.Install additional filter berm material as directed.Remove sediment after it has reached 1/3 of the height of the berm. Disperse filter berm or leave in place as directed. • Mulch filter socks should be in 8 inch, 12 inch or 18 inch or as directed. Sock materials should be designed to allow for proper percolation through. Compost Filter Berms and Socks Description: Compost filter berms and socks are used to intercept and detain sediment laden run-off from unprotected areas.When properly used,compost filter berms and socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Compost filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The berm or sock should remain in place until the area is permanently stabilized. Compost filter berms should not be used when there is a concentration of water in a channel or drainage way.If concentrated flows occur after installation,corrective action must be taken.Compost filter socks may be installed in construction areas and temporality moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day.Compost filter berms and socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of compost filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Compost filter berms and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 1059. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape/Compost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. Compost filter berms and socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as compost filterberms and socks,products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products May 1, 2003 -9- • ^ outlined in TAC,Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for compost filter berms and socks to ensure that the products used will not impact public health,safety,and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.htn 1. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_proaram_description.htmI. Installation: • Install in accordance with TxDOT Special Specification 1059. • Compost filter berms shall be constructed at 1-1/2 feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain filter berm in a functional condition at all times. Correct deficiencies immediately.Install additional filter berm material as directed.Remove sediment after it has reached 1/3 of the height of the berm. Disperse filter berm or leave in place as directed. • Compost filter socks shall be in 8 inch, 12 inch or 18 inch or as directed.Sock materials shall be designed allowing for proper percolation through. May 1, 2003 -9- SEDIMENT CONTROL BMPS Sand Bag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., utility construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in "T" posts or rebar (#5 or #6) spaced appropriately. Materials: • The sand bag material should be polypropylene,polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2,mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches,width should be 16 to 18 inches and thickness should be 6 to 8 inches. • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches,measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. May 1, 2003 -10- A bypass pump-around system, or similar alternative,should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used,silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed,silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water- borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene,polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,mullen burst strength exceeding 190 lb/in 2 ,ultraviolet stability exceeding 70%,and minimum apparent opening size of U.S. Sieve No.30. • Fence posts should be made of hot rolled steel,at least 4 feet long with Tee or Y-bar cross section,surface painted or galvanized,minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. • Woven wire backing to support the fabric should be galvanized 2"x 4"welded wire, 12 gauge minimum. Installation: • Steel posts,which support the silt fence,should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down-slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is '/a acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher, so that the down- slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e.g.,pavement or rock outcrop),weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. May 1, 2003 -11- Triangular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water-borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%,the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation,corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric.The fabric width should be 36 inches,with a minimum unit weight of 4.5 oz/yd,Mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%,and minimum apparent opening size of U.S.Sieve No.30. • The dike structure should be 6 gauge 6"x 6"wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangularsediment filter dike should be constructed of 6" x 6", 6 gauge welded wire 'nk.. mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends six (6) inches to cover dike to dike junction; each junction should be secured by shoat-rings. • Position dike parallel to the contours,with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground.The fabric skirt may be toed-in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible,but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment-laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than May I, 2003 -12- silt fences, particularly for fine particles, but are able to withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows (ditches, gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having maximum opening of 1 inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18". • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hay Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment- laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other,more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. Materials: Straw: The best quality straw mulch comes from wheat,oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw,hay is light and must be anchored. May 1, 2003 -13- • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string,jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2"x 2"wood stakes or 3/8" diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm.The size of the drainage area should be no greater than one-fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50 percent (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be '/a inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with loom*, the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. May 1, 2003 -14- a • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up-slope base to just beyond its peak.The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6-inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Trap A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site.The purpose of a sediment trap is to intercept sediment-laden runoff and trap the sediment in order to protect drainage ways,properties and rights of way below the sediment trap from sedimentation.A sediment trap is usually installed at points of discharge from disturbed areas.The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin.A sediment trap differs from a sediment basin mainly in the type of discharge structure.The trap should be located to obtain the maximum storage benefit from the terrain,for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities.The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at lest 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene,polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2,mullen burst strength at least 250 lb/in 2,ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose �t N compaction, moisten or aerate each layer as necessary to provide the optimum moisture c N11 b eK����%a.:' May r, 2003 -15- material.Compact each layer to 95 percent standard proctor density.Do not place material on surfaces that are muddy or frozen.Side slopes for the embankment are to be 3:1.The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line.The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core:A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete.The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins: The purpose of a sediment basin is to intercept sediment-laden runoff and trap the sediment in order to protect drainage ways,properties and rights of way below the sediment basin from sedimentation.A sediment basin is usually installed at points of discharge from disturbed areas.The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed.Guidelines for construction of the permanent BMP should be followed,but revegetation, placement of underdrain piping,and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti-vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency.The shape may be ^ attained by excavation or the use of baffles.The lengths should be measured at the elevation of the riser de- May 1, 2003 -16- 1 J watering hole. • Place fill material in layers not more than 8 inches in loose depth.Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material.Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete.Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de-watering outlet for the basin. • An anti-vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50%of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti-vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway.The riser should be sized to convey the runoff from the 2-year,3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti-seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: p 2h AO As x Cd x 980,000 Where: Ao = Area of the de-watering hole, ft 2 As = Surface area of the basin, ft 2 May 1, 2003 -17- Cd = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. Erosion Control Compost Description:Erosion control compost(ECC)can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape%ompost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission(now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health,safety,and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample,monitor,and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc,org/tmecc/index.html. The USCC Seal of Testing Assurance(STA)program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_descfiption.html. May 1, 2003 -18- Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch Filter Berms and Socks Description: Mulch filter berms and socks are used to intercept and detain sediment laden run-off from unprotected areas.When properly used,mulch filter berms and socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The berm or sock should remain in place until the area is permanently stabilized. Mulch filter berms should not be used when there is a concentration of water in a channel or drainage way. If concentrated flows occurs after installation,corrective action must be taken. Mulch filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch filter berms and socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch filter berms and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape/compost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. Mulch filter berms and socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch filter berms and socks,products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency(USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC),Chapter 332, and all other relevant regpirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. �., Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC)Test Methods for the Examination May 1, 2003 -19- of Composting and Compost (TMECC) should be conducted on compost products used for mulch filter berms and socks to ensure that the products used will not impact public health,safety,and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecr,/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with current TxDOT specification. • Mulch filter berms should be constructed at 1-1/2 feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain filter berm in a functional condition at all times. Correct deficiencies immediately.Install additional filter berm material as directed.Remove sediment after it has reached 1/3 of the height of the berm. Disperse filter berm or leave in place as directed. • Mulch filter socks should be in 8 inch, 12 inch or 18 inch or as directed. Sock materials should be designed to allow for proper percolation through. Compost Filter Berms and Socks Description:Compost filter berms and socks are used to intercept and detain sediment laden run-off from unprotected areas.When properly used,compost filter berms and socks can be highly effective at controlling sediment from disturbed areas.They cause runoff to pond which allows heavier solids to settle.Compost filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The berm or sock should remain in place until the area is permanently stabilized.Compost filter berms should not be used when there is a concentration of water in a channel or drainage way.If concentrated flows occur after installation,corrective action must be taken.Compost filter socks may be installed in construction areas and temporality moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day.Compost filter berms and socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of compost filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Compost filter berms and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 1059. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape%ompost/specifications.htrn that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. May 1, 2003 -20- Compost filter berms and socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as compost filter berms and socks,products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for.Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and§332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for compost filter berms and socks to ensure that the products used will not impact public health,safety,and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains /'%. information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with TxDOT Special Specification 1059. • Compost filter berms shall be constructed at 1-1/2 feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain filter berm in a functional condition at all times. Correct deficiencies immediately.Install additional filter berm material as directed.Remove sediment after it has reached 1/3 of the height of the berm. Disperse filter berm or leave in place as directed. • Compost filter socks shall be in 8 inch, 12 inch or 18 inch or as directed.Sock materials shall be designed allowing for proper percolation through. .^ May 1, 2003 -21- POST-CONSTRUCTION TSS CONTROLS Retention/Irrigation Systems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond,then use of the captured water for irrigation of appropriate landscape areas. Retentionrrrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular,proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retentionrrrigation practice,but should be operated and sized to provide adequate volume. This technology,which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: Retentionrrrigation practices achieve 100%removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing,pump and wet well system components,basin lining, basin detention time,and physical and operational components of the irrigation system. Retentionrrrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing,debris and litter removal,erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a stone event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre-development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore,nutrients,heavy metals, toxic materials,and oxygen-demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement,it is possible to achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75%of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strias Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales, except they are essentially flat with low slopes, and are designed only to accept runoff as May 1, 2003 -22- I overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow,lower flow velocity,and spread water out as sheet flow.The,dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows,and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms.This lack of quantity control favors use. in rural or low-density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%.The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water,passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips. These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips.Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low,as they are unable to treat the high flow velocities typically associated with high impervious cover. The most important criteria for selection and use of this BMP are soils,space,and slope. Design Considerations: Vegetative filterstrips can remove approximately 85%of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope,and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal,and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical,chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation,precipitation,and chemical adsorption.Biological processes include decomposition,plant uptake and removal of nutrients,plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation,and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings,including such things as the potential energy of a stream or flooding river,should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes,such as rectangular shape or rigid channel,should be avoided. Site considerations should include the water table depth,soil/substrate, and space requirements. Because the wetland must have a source of flow,it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland,the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. May 1, 2003 -23- Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events,depth of micropools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing,routine inspections,debris and litter removal,erosion control,nuisance control,structural repairs,sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake,and microbial degradation. When the wet basin is adequately sized,pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often �•� perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to maintain the permanent pool,especially during the summer months. Makeup water(i.e.,well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process,especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90%of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool,aeration,and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections,debris and litter removal,erosion control,nuisance control,structural repairs,sediment removal, and harvesting. Grassy Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil.They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation.Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. May 1, 2003 -24- ` r a Grassy swales are primarily stormwater conveyance systems.They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited.Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock-lined drainage systems and are generally less expensive to construct and maintain.Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time,and the need for more right-of-way as compared to a storm drain system.When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. Design Considerations: - Comparable performance to wet basins - Limited to treating a few acres - Availability of water during dry periods to maintain vegetation - Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface.Use of natural topographic lows is encouraged,and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant.Therefore,irrigation is not required to maintain growth during dry periods,but may be necessary only to prevent the vegetation from dying. Vegetative Filter Strips Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes,and are designed only to accept runoff as overland sheet flow. A schematic of a vegetated buffer strip is shown in Figure 3.3.They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow,lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows,and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms.This lack of quantity control favors use May 1, 2003 -25- in rural or low-density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%.The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system.Properly designed roadway medians and shoulders make effective buffer strips.These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure,they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow.To.avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant,soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses,wetlands,or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures.They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils,space,and slope. Design Considerations: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Sand Filter Systems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff.The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates,low-soil infiltration rates,in limited-space areas, and where groundwater is to be protected. Since their original inception in Austin,Texas,hundreds of intermittent sand filters have been implemented to treat stormwater runoff. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific May 1, 2003 -26- n N requirements.Major types include the Austin Sand Filter,the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter,the Delaware Sand Filter,and peat-sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs . Design Considerations: • Appropriate for space-limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs,reducing the land acquisition cost; howevr the structure itself is one of the more expensive BMPs. In addition,maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation.The most common uses are on steep slopes, swales,diversion dikes,and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT"s construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape/compost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations,including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code.(TAC),Chapter 332, and all other relevant requirements for compost products outlined in TAC,Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety,and product performance regarding the product's specific use.The appropriate compost sampling and testing May 1, 2003 -27- protocols included in the United States Composting Council (USCC)Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample,monitor, and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmeccfindex.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_prograM_descriptim.htn-J. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch Filter Berms and Socks Description: Mulch filter berms and socks are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch filter berms and socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The berm or sock should remain in place until the area is permanently stabilized. Mulch filter berms should not be used when there is a concentration of water in a channel or drainage way. If concentrated flows occurs after installation,corrective action must be taken. Mulch filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch filter berms and socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch filter berms and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape/Compost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality(TCEQ) restricts the use of certain compost products. Mulch filter berms and socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost May 1, 2003 -28- Fc used for mulch filter berms and socks,products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ)Health and Safety Regulations as defined in the Texas Administration Code (TAC),Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch filter berms and socks to ensure that the products used will not impact public health, safety,and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis.TMECC provides protocols to sample,monitor,and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.org/tmeccfindex.htrnl. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.html. Installation: • Install in accordance with current TxDOT specification. • Mulch filter berms should be constructed at 1-12 feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain filter berm in a functional condition at all times. Correct deficiencies immediately. Install additional filter berm material as directed. Remove sediment after it has reached 1/3 of the height of the berm. Disperse filter berm or leave in place as directed. • Mulch filter socks should be in 8 inch, 12 inch or 18 inch or as directed.Sock materials should be designed to allow for proper percolation through. Compost Filter Berms and Socks Description: Compost filter berms and socks are used to intercept and detain sediment laden run-off from unprotected areas.When properly used, compost filter berms and socks can be highly effective at controlling sediment from disturbed areas.They cause runoff to pond which allows heavier solids to settle.Compost filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through.The berm or sock should remain in place until the area is permanently stabilized.Compost filter berms should not be used when there is a concentration of water in a channel or drainage way. If concentrated flows occur after installation, corrective action must be taken.Compost filter socks may be installed in construction areas and temporality moved during the day to allow construction activity provided it is replaced and properly May 1, 2003 -29- anchored at the end of the day.Compost filter berms and socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of compost filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Compost filter berms and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 1059. TxDOT maintains a website at http://www.dot.state.tx.us/des/landscape%ompost/specifications.htm that provides information on compost specification data. This website also contains information on areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. Compost filter berms and socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as compost filter berms and socks,products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR),Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC),Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332,including Sections§332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety,and product performance regarding the product's specific use.The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for compost filter berms and socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards.TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor,and analyze materials during all stages of the composting process.Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.orgVtmeccfndex.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://tmecc.org/sta/STA_program_description.htmi. Installation: • Install in accordance with TxDOT Special Specification 1059. • Compost filter berms shall be constructed at 1.1/2 feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain filter berm in a functional condition at all times.Correct deficiencies immediately. Install additional filter berm material as directed. Remove sediment after it has reached 1/3 May 1, 2003 -30- PERMIT COMPLIANCE CERTIFICATION USACE Project Number: Name of Permittee: Date of Issuance: Upon completion of the activity authorized by this permit and any mitigation required by the permit, sign this certification and return it to the following address: Regulatory Branch CESWF-PER-R U.S. Army Corps of Engineers P.O. Box 17300 Fort Worth, Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by an U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension,modification, or revocation. I hereby certify that the work authorized by the above referenced permit was completed in accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the permit conditions. Signature of Permittee Date