Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 39666
CITY SECRETARY CONTRACT NO. . SPECIFICATIONS AND CONTRACT DOCUMENTS FOR VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 MIKE MONCRIEF MAYOR BILL VERKEST, P.E. DIRECTOR, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CITY PROJECT NO. 00213 pF T�IZi WATER PROJECT NO. P275-705140021387 P� 4' it PDANIELNI�APPLEG•ATE� 1.A:.......9481.9 ..... �.� CITY OF FORT WORTH, TEXAS lt(�o •..<lCENS��•'� ��� SEPTEMBER 2009i1�SioA` S. FRANK CRUMB, P.E. DIRECTOR WATER DEPARTMENT DALE: A. FISSELER, P.E. CITY MANAGER ANDREW T. CRONBERG, P.E. ASSISTANT DIRECTOR, ENGINEERING AND FISCAL SERVICES DEPARTMENT ASSOCIATES, INC. ENVIRONMENTAL ENGINEERS- DSIGNERS-SCIENTISTS TBPE REGISTRATION NO. 13 OFFICIAL RECORD CITY SECRETARY FT WORTH, TX 0318-042-01 ADDENDUM NO. 1 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH, TEXAS VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 1-1 Specifications, TABLE OF CONTENTS: Add the following after DIVISION 15 "15105 Combination Air and Vacuum Release and Air Release Valves" Item 1-2 Specifications, SHORT FORM NOTICE TO BIDDERS Add the following paragraph after the first paragraph of Submission of Bid and Award of Contract. The following documents must be completed and made a condition of this bid: • Proposal (Part B) • Bid Bond • TWDB Prime Contractor Affirmative Steps Certification and Goals (WRD-217) • DBE Subcontractor Performance (Form — 6100-3) Failure to complete any of the aforementioned items will result in the Bid being rejected. The three lowest bidders are required to complete any and all additional forms attached in Part CS Texas Water Development Board Supplemental Contract Conditions as well as all City of Fort Worth Minority and Women Business Enterprises Specifications within 5 business days after bid opening. The Bidder shall certify within the DBE forms attached within Part CS that a "good faith effort" be made to achieve the goals requested by the Texas Water Development Board and the City of Fort Worth. Proposal securities of the lowest three 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. F:\projec4s103181042-011SpecaTart 21Addendw 11Addendum 1.doc ADDENDUM 1 — PAGE 1 0318-042-01 Item 1-3 Specifications, COMPREHENSIVE NOTICE TO BIDDERS Add the following paragraph after the first paragraph of Submission of Bid and Award of Contract. The following documents must be completed and made a condition of this bid: • Proposal (Part B) • Bid Bond • TWDB Prime Contractor Affirmative Steps Certification and Goals (WRD-217) • DBE Subcontractor Performance (Form — 6100-3) Failure to complete any of the aforementioned items will result in the Bid being rejected. The three lowest bidders are required to complete any and all additional forms attached in Part CS Texas Water Development Board Supplemental Contract Conditions as well as all City of Fort Worth Minority and Women Business Enterprises Specifications within 5 business days after bid opening. The Bidder shall certify within the DBE forms attached within Part CS that a "good faith effort" be made to achieve the goals requested by the Texas Water Development Board and the City of Fort Worth. Proposal securities of the lowest three 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. Item 1-4 Specifications, PART B - PROPOSAL: Delete this section in its entirety and replace with the attached PROPOSAL (ATTACHMENT 1-AD1). Item 1-5 Specifications, Minority and Women Business Enterprises Specifications Add the following section after the PROPOSAL (ATTACHMENT 2 AD1) "Minority and Women Business Enterprises Specifications Special Instructions to Bidders Subcontractors/Suppliers Utilization Form Good Faith Effort Form Prime Contractor Waiver Form Joint Venture Eligibility Form" F.kprojectsNO3181042-011SpecsTart 21Addendum Mddendum_t.doc ADDENDUM 1— PAGE 2 0318-042-01 .1 Item 1-6 Specifications, Part CS - Texas Water Development Board Supplemental Contract Conditions Add the following to the end of the section: Davis -Bacon Wage Rate TX 44 (ATTACHMENT 3-AD1) Item 1-7 Specifications, PART E — TECHNICAL SPECIFICATIONS: Section 01002 Measurement and Payment Revise Bid item numbering to reflect the revised numbering in the PROPOSAL (ATTACHMENT 2-AD1). Delete the following item. "2.26 ITJ M 214 — 8-INCH DIAMETER RESILIENT SEATED GATE VALVE AND VAULT' Add the following bid items. "2.26 ITEM 214 — 12-INCH DIAMETER RESILIENT SEATED GATE VALVE AND BOX The unit price bid per each 12-inch Resilient Seated Gate Valve and Box shall be full compensation for furnishing and installing valves and valve boxes shown in the Plans and included in the Contract, and shall include all excavation, dewatering, furnishing and installing all necessary air vents, crushed rock bases, valve boxes, valves, miscellaneous materials, all necessary anchors, supports, all backfill, and all other incidentals required to provide the valve in place and in operation." "2.27 ITEM 215 — 8-INCH DIAMETER RESILIENT SEATED GATE VALVE AND BOX The unit price bid per each 8-inch Resilient Seated Gate Valve and Box shall be full compensation for furnishing and installing valves and valve boxes shown in the Plans and included in the Contract, and shall include all excavation, dewatering, furnishing and installing all necessary air vents, crushed rock bases, valve boxes, valves, miscellaneous materials, all necessary anchors, supports, all backfill, and all other incidentals required to provide the valve in place and in operation." R%proiects1D318W42-011SpecsVart 2%ddendum 1tiAddendum 1.doc ADDENDUM 1 — PAGE 3 0318-042-01 Item 1-7 (continued) Add the following to 2.40 ITEM 222 — CALLOWAY CEMETARY ARCHAEOLOGICAL EXCAVATION The CONTRACTOR shall backfill archaeological excavations with native material compacted to 80% compaction with a temporary 2-inch hot mix asphaltic concrete overlay. Compensation for furnishing and installing backfill and temporary hot mix asphaltic concrete shall be subsidiary to the unit price per each archaeological excavation. Item 1-8 Add the attached Section 15105 — Combination Air and Vacuum Release and Air Release Valves (ATTACHMENT 4-AD1) to the specifications. Item 1-9 Section 15022 PIPING SYSTEM, DUCTILE IRON PIPE Delete Part 2, Section 2.1, Paragraph A, Item 1 in its entirety and replace with the following. "1. As a minimum, the following pressure classes shall apply: Diameter Pine (inch) Min. Pressure Class (PSI) 3" through 12" 350 psi 16" — 20" 250 psi 24" 200 psi 30" — 64" 150 psi" Item 1-10 Specifications, APPENDIX E, 404 Permit, Enclosure 4: Add Sheet Number 27 and Number 28 of 32 (ATTACHMENT 5-AD1). Item 1-11 Specifications, APPENDIX F, THE Permit (Dallas Fort Worth Inter -local Agreement) Add sample Construction Agreement and Contractor's Right of Entry (ATTACHMENT 6- AD1) for contractor requirements for working within the THE right of way. r F:`projects\03181042-01%Specs\Part 2Wddendum 1Wddendum_1.doc ADDENDUM 1 — PAGE 4 0318-042-01 Item 1-12 Plans, Sheet G-004 — GENERAL NOTES: Note 11 Delete note in its entirety and replace with the following. "Concrete thrust blocking shall not be allowed. All fittings shall be restrained using mechanical joint restraints and joints shall be restrained for a sufficient length to resist the design thrust as specified by the manufacturer and in accordance with AWWA. The restraint design shall be submitted to the OWNER for approval prior to construction." Note 15 Delete note in its entirety. Note 24 Add the following at the end of the note to apply to the THE ROW. "beginning at Sta. 101+00 to Sta. 115+00" F:\projectsXO318\042-011Specs\Part 2\Addendum 1\Addendum_1.doc ADDENDUM 1 — PAGE 5 E-73 *ft./ 0318-042-01 Item 1-12 (continued) Note 44 Delete note in its entirety and replace with the following. "44. PIPE MATERIAL USED FOR THIS PROJECT FOR PIPELINE SHALL BE AS SHOWN PER THE FOLLOWING: PIPE PIPE MATERIAL WORKING PRESSURE PERCENT SIZE PRESSURE I RATING ALLOWABLE (I.D.) DEFLECTION* 8" PVC - AWWA C900 DR 14 150 PSI 200 PSI 50% HDPE - AWWA C906 150 PSI 200 PSI 50% & ASTM D 3350 DR 9 12" PVC - AWWA C900 DR 14 150 PSI 200 PSI 50% HDPE - AWWA C906 150 PSI 200 PSI 50% & ASTM D 3350 DR 9 24" DIP - AWWA C151 150 PSI 1200 PSI 1 75% PVC - AWWA C905 DR 18 150 PSI 150 PSI 50% STEEL PIPE - AWWA 1150 PSI 150 PSI 75% C200 RCCP - AWWA C303 150 PSI 150 PSI 75% 30" j DIP - AWWA C151 150 PSI 150 PSI 75% STEEL PIPE - AWWA 150 PSI 150 PSI 75% C20Q RCCP - AWWA C303 150 PSI 150 PSI 1 75% *PIPE JOINTS AND FITTINGS SHALL NOT BE DEFLECTED MORE THAN STATED PERCENT OF MANUFACTURER'S ALLOWABLE DEFLECTION PER JOINT' Item 1-13 Plans, Sheet C- 200 through Sheet C-222 Note 1 Delete note in its entirety and replace with the following. "1. CONTRACTOR SHALL PULL PIPE AS REQUIRED. PIPE JOINTS AND FITTINGS SHALL NOT BE DEFLECTED MORE THAN THE STATED PERCENTAGE OF MANUFACTURER'S ALLOWABLE DEFLECTION PER JOINT, PER NOTE 44 ON SHEET G-004." F*0jects\0318X042-011SpecsWart 2%Addendum Mddendum l.doc ADDENDUM 1 — PAGE 6 U 0318-042-01 Item 1-14 Plans, Sheet G-007 —VALVE LAYOUT SHEET Station 11+60.82 Add the following note. "30" RESILIENT SEATED GATE VALVE Station 11+60.82 N=6978864.09 E=2386571.66" Station 71+26.00 Delete Note in its entirety and replace with the following. Station 71+30.00 f Add the following note. "2" COMBINATION AIR & VACUUM RELEASE VALVE Station 71+30.00 N=6979002.98 E=2392478.54" Station 187+00.00 Add the following note. "2" COMBINATION AIR & VACUUM RELEASE VALVE Station 187+00.00 N=6981682.20 E=2402337.26" Item 1-15 Plans, Sheet C-215 — PLAN AND PROFILE STA. 145+00 TO STA. 154+00 Delete the following note, from the profile, in its entirety. "140.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Replace with the following note. "124.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT' F:�projects10318t042-011SpecsVort 2Wddendum 11Addendum_1.d0c ADDENDUM 1 — PAGE 7 W 0318-042-01 Item 1-15 (continued) Delete the following note, from the profile, in its entirety. "176.00 LF BY METHOD OTHER THAN OPEN CUT" Replace with the following note beginning at Sta. 146+24.00. "196.00 LF BY METHOD OTHER THAN OPEN CUT" Add the following note beginning at Sta. 148+20.00. "13.00 LF BY METHOD OTHER THAN OPEN CUT" Delete the following note, from the profile, in its entirety. "134.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Replace with the following note beginning at Sta. 148+33.00. r "121.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Item 1-16 Plans, Sheet C-218 — PLAN AND PROFILE STA. 172+50 TO STA. 181+00 Delete the following note in its entirety. "540 SY PERMANENT TRENCH REPAIR & 2" SURFACE MILL FOR REMAINING PAVEMENT WIDTH W/ OVERLAY" Replace note with the following. "560 SY PERMANENT TRENCH REPAIR & 2" SURFACE MILL FOR REMAINING PAVEMENT W1CTH W/ OVERLAY" Item 1-17 Plans, Sheet C-219— PLAN AND PROFILE STA. 181+00 TO STA. 190+00 Add the following to the Archaeological note. "ARCHAEOLOGICAL TRENCHES SHALL BE BACKFILLED WITH NATIVE MATERIAL COMPACTED TO 80 % COMPACTION WITH A TEMPORARY 2- INCH HOT MIX ASPHALTIC CONCRETE OVERLAY." F:%projectsW3181o42-011SpecslPart 21Addendum 1Wddendum 1.doc ADDENDUM 1 — PAGE 8 Item 1-18 0318-042-01 Plans, Sheet C-222 — PLAN AND PROFILE STA. 208+00 TO END Delete the following note, from the profile, in its entirety. "416.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Replace with the following note. "397.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Delete the following note, from the profile, in its entirety. "177.00 LF BY METHOD OTHER THAN OPEN CUT" Replace with the following note beginning at Sta. 212+87.00. '192.00 LF BY METHOD OTHER THAN OPEN CUT" Delete the following note, from the profile, in its entirety. "50.53.00 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Replace with the following note beginning at Sta. 214+79.00. 054.56 LF BY OPEN CUT TYP. BACKFILL AND EMBEDMENT" Item 1-19 Plans, Sheet C-910 — THE CROSS SECTIONS Add the following. "NOTES THE CROSS SECTIONS AND TRENCH WIDTHS ARE APPROXIMATED AND ARE SHOWN FOR ILLISTRATION PURPOSES ONLY. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DESIGN AND IMPLEMENT A TRENCH SAFETY PLAN DESIGNED BY A REGISTERED PROFESSIONAL ENGINEER IN THE STATE OF TEXAS TO DEFINE THE MEANS NECESSARY TO CONSTRUCT THE PIPELINE IN A SAFE MANNER FOR THE PROTECTION OF THE WORKERS AND THE TRINITY RAILWAY EXPRESS. F:lprolects103181042-0f\Specs\Part 21Addendum 1Wddendum_t.doc ADDENDUM 1 — PAGE 9 0318-042-01 All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. Daniel App e te, P.E. October 15, 2009 F:lprojects103181042-01\Specs\Part 21Addendum 1\Addendum_1.doc ADDENDUM 1 — PAGE 10 \.001 PROPOSAL TO: MR. DALE A. FISSLER, P.E. Fort Worth, Texas City Manager Fort Worth, Texas FOR: VILLAGE CREEK RECLAIMED WATER EASTER DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 WATER PROJECT NO. P275-705140021387 City Project No.: 00213 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications ` and the site, understands the amount of work to be done, and hereby proposes to do all the Nvoik and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by this project, Contractor must be pre -qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following,sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities, by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. ATTACHMENT 1- AD1 item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid PART 2 201 1 LS Implementation of the Storm Water Pollution Prevention Plan including all material and labor, for a total lump sum amount of Dollars and Cents per Lump Sum. $ $ 202A 12,150 LF 30-inch diameter C-151 Ductile Iron Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of _ Dollars and Cents per Linear Foot. 5 $ 202B 12,150 LF 30-inch diameter C-200 Steel Pipe with Cathodic Protection System furnished and installed. complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of _ Dollars and Cents per Linear Foot. $ $ 202C 12,150 LF 30-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of Dollars and Cents per Linear Foot. $ $ 203A 6,900 LF 24-inch diameter C-151 Ductile Iron Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of _ Dollars and Cents per Linear Foot. 5 $ ATTACHMENT 1-AD1 Item No. PART Approx. Description of Items with Quantity Bid Prices Written In Words 203E 6,900 LF 24-inch diameter C-905 DR 18 Polyvinyl Chloride Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment and backfill, for the sum of Dollars and Cents per Linear Foot. 5 203C 6,900 LF 24-inch diameter C-200 Steel Pipe with Cathodic Protection System furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment and backfill, for the sum of _ Dollars and Cents per Linear Foot. 203D 6,900 LF 24-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of Dollars and Cents per Linear Foot. S 204A 120 LF 12-inch diameter C-900 Class 200 DR 14 Polyvinyl Chloride Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment and backfill, for the sum of _ Dollars and Cents per Linear Foot. $ 204B 120 LF 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene (HDPE) Pipe (including trenching, embedment, concrete encased thrust restraint, & backfill) furnished and installed complete and in place, for the sum of Dollars and Cents per Linear Foot. S Unit Extended Price Amount Bid g 12 4 ATTACHMENT 1-AD1 Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid PART 2 205 1,000 LF 42-inch Steel Casing Pipe by other than open cut (OTOC) installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ 5 206 800 LF 36-inch Steel Casing Pipe by other than open cut (OTOC) installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. 5 S 207 100 LF 20-inch Steel Casing Pipe by other than open cut (OTOC) installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ 5 208A 1,000 LF 30-inch diameter C-151 Ductile Iron Pipe inside 42-inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. 5 $ 208E 1,000 LF 30-inch diameter C-200 Steel Pipe with Cathodic Protection System inside 42- inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot, $ $ 6 ATTACHMENT 1-AD1 Item Approx. Description of items with No. Quantity Bid Prices Written in Words Unit Extended Price Amount Bid PART 2 - 208C 1,000 LF 30-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System inside 42-inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ $ 209A 800 LF 24-inch diameter C-151 Ductile Iron Pipe inside 36-inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ Y 209B 800 LF 24-inch diameter C-905 Class 200 DR 18 Polyvinyl Chloride Pipe inside 36-inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ S 209C 800 LF 24-inch diameter C 200 Steel Pipe with Cathodic Protection System inside 36- inch steel .casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ 209D 800 LF 24-inch Non -Cased C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System inside 36-inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ $ ATTACHMENT 1-AD1 Item Approx. Description of Items with No. Quantity Bid Prices Written In Words PART 2 210A 100 LF 12-inch diameter C-900 Class 200 DR 14 Polyvinyl Chloride Pipe inside 20-inch casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ 210E 100 LF 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene (HDPE) Pipe inside 20-inch casing furnished and installed complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Linear Foot. 211 19,200 LF Design and implement Trench Safety System complete in place, for the sum of Dollars and Cents per Linear Foot g 212 8 EA 30-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Each. $ 213 10 EA 24-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Each. $ 214 1 EA 12-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Each. $ Unit Extended Price Amount Bid 0 $ $ ATTACHMENT 1-AD1 b Item No. 2 218 M 0 219A M 219E Approx. Description of Items with Quantity Bid Prices Written In Words 1 EA 8-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Each. S 13 EA 2-inch Automatic Combination Air and Vacuum Release Valve and Vault complete in place as shown on the Plans and Specifications, for the sum of Dollars and Cents per Each. $ 1 EA 44nch Meter Station for City of Arlington (Arlington Landfill) furnish and install as shown on the Plans and described in the Specifications complete in place, for the sum of Dollars and Cents per Each S 1 EA 6-inch Meter Station for City of Euless (Texas Star Golf Course) furnish and install as shown on the Plans and described in the Specifications complete in place, for the sum of Dollars and Cents per Each. $ 30 TON 30-inch diameter C-151 Ductile Iron Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Cents per Ton. 1 LS 30-inch diameter C-200 Steel Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Cents per Lump Sum. $ Unit Price S E $ Extended Amount Bid I ATTACHMENT 1-AD1 \.011 Item No. PART 2 219C Approx. Description of Items with Quantity Bid Prices Written In Words 1 LS 30-inch diameter C-303 Concrete Pressure Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Cents per Lump Sum. $ OA 10 TON 24-inch diameter C-151 Ductile Iron Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Centslper Ton. $ OB 1 LS 3C 1 LS 221 A 1 TON 221 B 1 LS 24-inch diameter C-200 Steel Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Cents per Lump Sum. S 24-inch diameter C-303 Concrete Pressure Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Cents per Lump Sum. $ 12-inch diameter C-151 Ductile Iron Pipe fittings and specials furnished and installed complete in place including restraint joint design, for the sum of Dollars and Cents per Ton. $ 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene (HDPE) fittings and specials furnished and installed complete in place including thrust restraint design, for the sum of _ Dollars and Cents per Lump Sum. Unit Extended Price Amount Bid 5 S H r ATTACHMENT 1-AD1 Item Approx. Description of Items with No. Quantity Bid Prices Written In Words PART 2 222 20 EA Calloway Cemetery Archaeological Excavation, 15-foot long trench section, for the sum of Dollars and Cents per Each. $ 223 6,500 SY Furnish and install Temporary Pavement Repair as directed by OWNER, complete and in place, for the sum of Dollars and Cents per Square Yard. $ 224 4 800 SY For Gravel Drive Repair complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Square Yard. 5 225 3,500 SY For Permanent Hot Mix Asphaltic Concrete (HMAC), complete in place as shown on the Plans and as described in the Specifications, for the sum of Dollars and Cents per Square Yard. S 226 3,700 LF For Pavement Wedge Milling, 2-inch to fl- inch depth, 5.0-foot wide, complete in place as shown on the Plans and as described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ 227 10 EA For Butt Joint Milling, including material haul -off tools, labor, equipment and incidentals necessary, complete in place as shown on the Plans and as described in the Specifications, for the sum of Dollars and Cents per Each. $ 0 Unit Extended Price Amount Bid $ $ ATTACHMENT 1-AD1 Y Item Approx. Description of Items with Unit No. Quantity Bid Prices Written In Words Price PART 2 228 450 SY For Concrete Pavement Repair per Figure STR-028 complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Square Yard. S 229 7200 SY For providing and installing 2-inch HOT MIX ASPHALTIC CONCRETE (HMAC) Pavement complete in place as shown on the Plans and described in the Specifications, for the sum of #Dollars and Cents per Square Yard. $ 230 7750 SY For providing and installing 6-inch Cement Stabilized Pulvermix Base complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Square Yard. S 231 7200 SY For providing and installing Geotextile Pavement Grid complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Square Yard. $ 232 1 LS For design and implementation of a Traffic Control Plan, complete in place, for the sum of Dollars and Cents per Lump Sum. $ 233 600 CY Furnish Additional Rock for Foundation not shown in Plans of Specifications and as directed by the OWNER, for the sum of Dollars and Cents per Cubic Yard. 8 Extended Amount Bid ATTACHMENT 1-) s Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid PART 2 234 200 CY Furnish Flowabte Fill Concrete Encasement shown in Plans or described in Specifications and as directed by the OWNER, for the sum of Dollars and Cents per Cubic Yard. $ S 235 510 CY For providing and installing Gabions Mattress including excavation, complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Cubic + Yard. S 236 100 CY For providing and installing Rock Rip Rap including excavation, complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and Cents per Cubic Yard. S S 237 11,300 LF Hydromulch Seeding furnished and installed as described in the Specifications, for the sum of Dollars and Cents per Linear Foot. 3 TOTAL AMOUNT BID $ ATTACHMENT 1 AD1 S LIST OF Select Fitting Type FITTINGS For Project: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY DISTRIBUTION MAIN PART 2 ADD OR SUBTRACT FOR THE FOLLOWING Select Fitting Type INCLUDING INSTALLATION. TYPE Tee Tee 90' Bend 45° Bend 22.5° Bend 111.25' Bend Tee 90' Bend 45° Bend 22.5° Bend 11.25' Bend Blind Flange I Blind Flange SIZE 30" x 12" 30" x 8" 30" 30" 30" 30" 24" x 12" 24" 24" 24" 24" 12" 8'1 M WEIGHT TOTAL WT COST I I (I( 1 I I I I I I Contractor shall fill in blanks for "Weight' "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for correct quanity total of all fittings and specials. ATTACHMENT 1 - AD1 Nftpoe Within ten (10) days after notification by the City of Fort Worth, 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 the Contract. The attached bid security in the amotutt of 5% is to become the property of the City of Foil 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. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing 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 constriction with ten (10) calendar days after issue of the work order and to complete the contract within 270 days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of a. 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 statute is attached. b. Nonresident bidders in the State of , 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. Respectfully submitted, By: Title: Company: Address: ATTACHMENT 1- AD1 FOI'llRT NORTH 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 MtWBE 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 (M/WBE) 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. MM/BE PROJECT GOALS The City's M/WBE goal on ties project is ie % 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 M/WBE 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 Department, within the following times_ allocated, in order for the entire bid to be considered responsive to the specifications, The Offeror shall deliver the MWBE documentation] In person to the appropriate employee of;the mantiging department and obtain a date/time receipt. Such receipt shall be evidence 'that the City received the do�umentaYon in the time allocated' A faxed copy witl not be accepted; 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MANBE participation: 4. Prime Contractor Waiver Form, if you will I perform all subcontracting/supplier work: 5. Joint Venture Form, if utilize a joint venture to met or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p,m., rive (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., rive (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date, received by 5:00 p.m., rive (5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M1WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MlWBE Office at (817) 392-6104. Rev. I I / t/05 ATTACHMENT 2 - AD1 ATTACHMENT 1A Page 1 of 4 �..i FORTWORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: ( Check appllcable (block to describe prime PROJECT NAME: I M/WIDBE I 1 NON-M=IDBE Village Creek Reclaimed Water Eastern Delivery iii BID DATE System Distribution Main - Part 2 City's MrWBE Project Goal: Prime's MWBE Project Utilization: PROJECT NUMBER 18 P275-705140021387 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 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 f The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(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 M/WBEs 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"t tier, a payment by a subcontractor to its supplier Is considered 2nd tier ALL MIWBEs 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 (MIWBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M1WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. ATTACHMENT 2 - AD1 Rev. 5130/03 FoRrFti'ownt ATTACHMENTIA Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority. Women and non-MIWBEs. Please list MMIBE firms first, use additional sheets if necessary. Certification N (check one) n SUB CO NTRACTORISUPPLIER T N T 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 o B E E C T E A ATTACHMENT 2 - AD1 Rev. 5/30103 i FoKr IVownii N%./ ATTACHMENTIA Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNOEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N {check one ° SUBCONTRACTORISUPPLIER T N T Detail Detail ft Company Name i Address e 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 i GeV 5/30/03 ATTACHMENT 2 - AD1 i ATTACHMENT IA FORT%VORTH Page 4 of 4 Total Dollar Amount of MIWBE SubcontractorslSuppliers $ Total Dollar Amount of Non-MIWBE Subcontractors/Suppriers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ 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 Change/Addition. 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 ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. if the detail explanation is not submitted, it will affect the final compliance determination. By affiAng a signature to this form, the Offeror further agrees to pPovide, 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/WIDBE(s) 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 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. Authorized Signature TUIo Company Hama Address CitylState/2ip Printed Signature Contact NameMllo (if different) Telephone and/or Fax E-mail Address Data ATTACHMENT 2 - ADi Rev. 5/30103 %%0/ FORT WORT H PRIME COMPANY NAME: City of Fort Worth Good Faith Effort Form PROJECT NAME: vittage creex xeciaimea water Eastern ueiivery System Distribution Main - Part 2 City's M/WBE Project Goal: I PROJECT NUMBER 18 % P275-705140021387 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime M/WIDBE I NON-M/W/DBE BID DATE j 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 MIME 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 FIRMS) 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 ATTACHMENT 2 - AD' Rev. 06130/03 ATTACHMENT IC 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 and/or suppliers from the City's M/WBE Office. Yes No Date of Listing 3.) Did you solicit bids from M/WBE 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 malted.) No 4.) Did you solicit bids from MJWBE 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 M1WBE firm, person contacted, phone number and date and ir�r of contact.) No NOTE: A facsimile mpy be used to comply with either 3 or 4, but may not be used fpr both. if a facsimile Is used, attach the tax confirmation, which is to provide MiWBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontractinglsuppiler opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a 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. 6.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specffications 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 addltlonal sheets, if necessary, and attack) Company Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 2 - AD1 Rev. 05/30/03 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE 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 MM/BE(s) listed was/were contacted in good faith. It is understood that any MM/BE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MM/BE 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 ATTACHMENT 2 - AD1 Rev. 05130/03 `/ FORT WORTH City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: PROJECT NAME: vulage creex xeciaimea water Eastern Delivery System Distribution main - Part 2 City's MNVBE Project Goal. PROJECT NUMBER P275-705140021387 18 ATTACHMENT 1B Page 1 of 1 Check applicable block to describe prime MMIDBE I I NON-MMUDBE I BID DATE 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 1 C. This form is only applicable if bp1h answers are yes. Failure to complete this form In its entirety and be received by the Manaainq Department on or before 5:00 p.m.. five (5) Cltv business days after bid openina, 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 MIWBE(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 MMBEs 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 Conlact Name (if diNereni) Company Name Phone Number Fax Number Address Emall Address Cttyl tateOp Date Rev. 5130103 ATTACHMENT 2 - AD1 0 \n/ Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be arismered, rise `NA"ijapplicable. Village Creek Reclaimed Watgr Eastern Delivery System Name of City project: ni ahr, h,,, j nn hia J+ . -t o A joint venture form, must be completed on cKh project UP/Bid/PurchasingNumber: p275-705140021387 1. Joint venture information: Joint Venture Name: Joint Venture Address: (/japplicable) 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 tvork to be performed by each firm comprising the joint venture \UR'tiE firm I Non-\UR'BE name: firm name: Business Address: Business Address: City, State, Zip: City, state; Zip: Telephone Facsimile E-mail Telephone Facsimile 2. Scope of work performed by the Joint Venture: Describe the scope of work of the NIA1,VBE: Describe the scope of work of the non-INIMBE: .ATTACHMENT 2 - AQ1 Rev. 5130103 Joint Venture Page 2 of 3 3. What is the percentage of M/NVBE 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 rJthis hifornation is described injoint rennire agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 0 I 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 worts or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MANBE 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/WBE Ordinance. ATTACHMENT 2 - AD1 Rev- 5130103 F F F F i1%0001 Joint Venture Page 3 of 3 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 misrepresentation of facts. Nance of \ VBE firm Name of non-,\tRVBE fimt Printed Name of Owner Printed Name of O,+ner Signature of O++ner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this day of Notarization County 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 sous their free act and deed. Notary Public Print Nam Notary Public signature Commission Expires (seal) ATTACHMENT 2 - AD1 Rev. 5/30103 \no, \woe GENERAL DECISION: TX20080044 10/09/2009 TX44 Date: October 9, 2009 General Decision Number: TX20080044 10/09/2009 Superseded General Decision Number: TX20070046 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects {Including Water and Sewer Lines) Modification Number Publication Date 0 02/08/2008 1 05/09/2008 2 07/25/2008 3 07/24/2009 4 10/0.9/2009 * PLUM0146-002 05/01/2009 Rates Fringes PLUMBER/PIPEFITTER.........:.....$ 25.56 6.86 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 4 Rates Fringes CARPENTER ........................$ 10.40 $3.64 Concrete Finisher............. ...$ 9.81 ELECTRICIAN ......................$ 13.26 Form Setter ......................$ 7.86 Laborers: Common...... ...............$ 7.25 Utility .....................$ 8.09 PAINTER ................ ........$ 10.89 Pipelayer ... 4 ........... ......... $ 8.43 Power equipment operators: Backhoe.....................$ 11.89 3.30 Bulldozer ...................$ 10.76 Crane ................... .....$ 13.16 3.30 Front End Loader... .. ..$ 10:54 Mechanic........ .........$ 10.93 Scraper ....................... $ 10.00 Reinforcing SteelSetter ......... $ 10.64 TRUCK DRIVER........... .........$ 7.34 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses 429CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" 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. ---------------------------------------------------------------- ATTACHMENT 3-AD1 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination + a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3..) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: ' Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the re.questor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative- Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. t* END OF GENERAL DECISION 4 ATTACHMENT 3-AD1 0318-042-01 SECTION 15105 COMBINATION AIR AND VACUUM RELEASE AND AIR RELEASE VALVES PART 1 - GENERAL_ 1.1 WORK INCLUDED A. The CONTRACTOR shall furnish combination air and vacuum release and air release valves as delineated, complete, operational and installed at locations shown in the plans and as specified in these Contract Documents. 1.2 QUALITY ASSURANCE A. Referenced Standards: All materials of construction shall conform to ANSI and ASTM specifications. All air release and combination air and vacuum release valves shall be in accordance with AWWA Standard C512-92. B. Each valve shall have manufacturer's name plate in stainless steel showing the pressure ratings, serial and model numbers, year manufactured and other pertinent data. C. Manufactures of combination air and vacuum release valves shall demonstrate a minimum of 20 years of experience in similar applications for sizes of valves being furnished. References shall be furnished upon request. D. Valve supplier shall maintain a complete stock of spare parts in the State of Texas or shall indicate that parts will be delivered upon 48 hours of receipt of request. E. All surfaces and materials in contact with water, or in contact with a chemical being added to water that is being treated for potable use, shall conform to ANSI/NSF 61 and be certified by an organization accredited by ANSI, or shall meet the TCEQ requirements for contact with potable water. 1.3 SUBMITTALS A. Shop Drawings and Product Data: 1. Comply with the general requirements of Section 01301 and the supplemental requirements below. 2. Submit one drawing or illustration showing unit construction for each type and size valve used. 3. Submit the following information for each valve: a. Specific application in plant expressed in terms of service and contract drawing number where shown. b. Description including type of valve, type of mechanism and accessories included. C. Size and connection type. d. Maximum non -shock working pressure for which each component of valve is designed. e. Materials of construction and coatings for valves and accessories. f. Manufacturers' make and model. B. Operation and Maintenance Data: Comply with the requirements of Section 01301. ATTACHMENT 4AD1 15105-1 August 2009 COMBINATION AIR AND VACUUM RELEASE AND AIR RELEASE VALVES Faprojects103181042-011SpecslPart 21Addendum 1115105 combination Air and Vacuum Release and Air Release Valves.doc 0318-042-01 1.4 DELIVERY, STORAGE AND HANDLING A. Comply with the requirements of the General Conditions and manufacturers recommendations. PART 2 - PRODUCTS 2.1 GENERAL A. Combination air and vacuum - air release valves shall be suitable for use in potable water application. B. Paint valves as specified in these Contract Documents, C. Furnish stainless steel ball valve for isolation at connection to pipeline. D. Provide 2-inch Schedule 80 PVC pipe from discharge of air valve and air release to drain as shown on plans. Furnish combination valves pre -assembled with all components factory piped and connected, for a single unit. 2.2 COMBINATION AIR AND VACUUM - AIR RELEASE VALVES A. Valve Type: Slow closing combination air and vacuum - ait; release valve with isolation valve. 1. Acceptable manufacturers: a. Golden Anderson, Figure 905 Air Release, Figure 931-D Air and Vacuum. b. Or equivalent by APCO valves. C. Or equivalent by Valmatic. d. Or equivalent by Crispin Valve Co. 2. Operation: a. Automatically exhaust large quantities of air during filling at up to sonic velocity without blowing shut. b. Automatically release small amounts of accumulated air during operation. C. Automatically allow air to re-enter during negative pressure or draining. d. Surge check valve to minimize slam during closure and closes at transition from air to water (on pump discharge only). e. Floats shall be the only moving part in the air vacuum valve. f. Throttling device on discharge of air/vacuum valve regulates the discharge rate of air (on pump discharge only). 3. Materials of construction: (Low Pressure Plane) a. Body: Cast-iron, ASTM 126, Class B rated for 200 psi, tested to 300 psi maximum. b. Cover. Cast-iron. C. Non -Shock Working Pressure at 100oF: 150 psig. d. Gaskets: Manufacturer's standard. e. Seats: 316SS or Bunar N renewable. f. Cover Bolts: ASTM A307. g. Float: 304SS or Viton. h. Internals: 304SS or 18-8SS ASTM A-240. i. Surge check seats, disc, and bushings — Bronze ASTM B-62. 4. Materials of Construction: (Upper Pressure Plane) a. Body: Cast-iron. ASTM 126, Class B rated for 300 psi, tested to 450 psi maximum. N%0001 ATTACHMENT 4-AD1 15105-2 August Zoos COMBINATION AIR AND VACUUM RELEASE AND AIR RELEASE VALVES F�projects1031=42-01%pecsftrt 2Wddendum 1115105 Combination Air and Vacuum Release and Air Release Velves.doc 0318-042-01 b. Cover: Cast-iron. C. Non -Shock Working Pressure at 100°F: 240 psig. d. Gaskets: Manufacturer's standard. e. Seats: 316SS or Bunar N renewable. f. Cover Bolts: ASTM A307. g. Float: 304SS or Viton. h. Internals: 304SS or 18-8SS ASTM A-240. i. Surge check seats, disc, and bushings — Bronze ASTM B-62. 5. Connections: a_ Air Release: 3/4-inch NPT inlet, 1/4-inch NPT outlet, 3/32-inch orifice. b. Air and Vacuum: 2-inch NPT inlet and outlet. PART 3 - EXECUTION 3.1 INSTALLATION A. Installation shall be in accordance with plans, approved shop drawings, and the manufacturer's instructions. 3.2 FIELD QUALITY CONTROL A. For start-up and testing, see Section 01650 for additional requirements. i END OF SECTION 0 ATTACHMENT 4-AD1 15105-3 August 2009 COMBINATION AIR AND VACUUM RELEASE AND AIR RELEASE VALVES F:VroiectsW31=42-011SpecsTart 21Addendum 1115105 Combination Air and Vacuum Release and Air Release Valves.doc • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation Is fully established. It may also'be necessary to divert water from the channel until vegetation Is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas, • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area • Maintenance: During establishment, vegetation lined drainage ditches should be Inspected, repaired, and ' vegetation reestablished If necessary. After the vegetation has become established, the ditch should be checked periodically to det?rmine if the channel Is withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and Immediately make repairs If needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove ail significant sediment accumulations to maintain the designed carrying capacity. Keep•the vegetation In a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetatlon lined drainage ditches should be seasonally'maintained by mowing or Irrigating, depending on the vegetation selected. The long- term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers Is highly recommended due to the Inherent stability offered by grasses' shrubs, trees, and other vegetation. Research In the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore; irrigation Is not required to maintain grovdh during dry periods, but .may be necessary only to prevent -the vegetation from dying. Sand Filter Svstems The objective of sand fitters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coiiform 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 limitbd-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 requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand,Filter, the Alexandria DryVault Sarid Filter, the Delaware Sand Filter, and peat - sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter r designs. ' r r Revistd Apr'! 2, 2007 Page 27 of 32 ATTACHMENT 5- AD1 U Design Considerations- • Appropriate for space-timfted 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, however 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 proteptive 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 TOOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TOOT maintains a website at hftp://ww4v.dot,state.tx,us/desllandscape/composUspedificaUons.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 biosollds and Texas Natural Resource Conservation Commission (now. named TCHQ) Health and Safety Regulations as • defined In the Texas Administration Code (TAC), Chapter 332, and ail 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 '132,72 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 prgduct'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 qualitycomposts that meet Rcviscd Apri12, 2007 Pagc 28 of 32 ` ATTACHMENT 5- AD1 ti n 4 I N%W01 SAMPLE ONLY AGREEMENT NO. STANDARD CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY THIS AGREEMENT ("Agreement"), dated the day of , 2009, is made by and between TRINITY RAILWAY EXPRESS ('TRE"), and , hereinafter called "Contractor", whose mailing address is WITNESSETH: WHEREAS, Trinity Railway Express is the assumed name under which commuter rail operations are being conducted by DALLAS AREA RAPID TRANSIT ("DART") and the FORT WORTH TRANSPORTATION AUTHORITY (the "T"), both regional transportation authorities created pursuant to Chapter 452, Texas Transportation Code, as amended (the "Act"), and WHEREAS, pursuant to agreements between TRE and Burlington Northern Santa Fe Railway Company, Union Pacific Railroad Company, and Dallas, Garland and Northeastern Railroad Company, Cindividually or collectively herein the "Railroad") freight railroad and/or passenger operations exist on the former DFW Railtran Corridor now owned by DART and the T; NOW THEREFORE, WITNESSETH: For the period not to extend beyond , TRE hereby permits Contractor to enter upon the property of DART and the T on a tract of right of way located at at Mile Post County, Texas, as may be necessary in connection with installation of (work to be performed) on TRE premises by Contractor under agreement between Contractor and (the "Contract"), and for no other purpose. Contractor understands that the Contract and all work to be performed thereunder is subject to the terms and conditions contained in License Agreement No. RO , dated the day of , 2009, issued by TRE to , which is incorporated herein by reference. 2. As consideration for the right of entry granted herein, Contractor agrees to: (a) Perform that portion of the work on TRE premises in accordance with plans and specifications approved by TRE, in such manner and at such times as shall not endanger or interfere with TRE's or Railroad's representatives. Contractor shall submit to TRE, for approval, all construction details, falsework and other incidentals not detailed in plans, Insofar as they affect TRE and Railroad. (b) Maintain, at Contractor's expense, flagger(s) who are representatives of the Railroad, qualified on the Railroad's operating and safety rules to protect the Railroad's interest while upon TRE premises. Contractor will not perform any work activity within 25 feet of any TRE track (also referred to as "the foul zone") or perform any work in which a catastrophic event could cause equipment, people or materials to enter into the foul zone unless the above mentioned flagger(s) are present. (c) Ensure, at Contractor's expense, that all personnel working under their control that are (City — Nearest Street) 1 of 5 Mile Pml Project Description, le 12•inch Water ATTACHMENT 6- AD1 SAMPLE ONLY engaged in any activity that requires flagger(s), as described in item 2(b) above, have within the last 365 days from the date the work is to be performed, attended a creditable Roadway Worker Protection course and have successfully passed all required examinations associated with that course and will provide proof of course completion upon request from TRE or their representative. Whether or not the above mentioned Roadway Worker Protection course is creditable is at the sole discretion of TRE. (d) Contractor is required to (a) notify TRE contractor, Herzog Transit Services, Inc. at least fifteen (15) days in advance to arrange for flagging, (b) notify Herzog Transit Services, Inc. at least seven (7) working days before commencing work on TRE premises and (c) notify TRE and Herzog Transit Services, Inc. within five (5) working days after such work is completed. Notification shall be in accordance with Paragraph 11 of this Agreement. (e) Keep all equipment, tools and materials stored at least fifteen (15) feet from the center line of any operable track. Explosives or other highly inflammable substances or any hazardous materials regulated pursuant to federal or state regulation will not be stored on TRE premises without the prior approval of TRE's representative. (f) Remove all of Contractor's tools, equipment and materials from TRE premises promptly upon completion of work, restoring TRE premises to the same state and condition as when Contractor entered thereon. (g) Reimburse TRE for all costs and expense incurred by TRE in connection with said work, including without limitation the expense of furnishing such inspectors, watchmen and flagmen as TRE deem necessary, the installation and removal of falsework beneath tracks, and restoration of TRE's property to the same condition as when Contractor entered thereon, or to a condition satisfactory to TRE's representative. (h) Remove any lien against TRE's property arising from performance of work hereunder by y--- Contractor or any subcontractor. 3. Contractor agrees to release, defend and indemnify TRE and their contractors/agents and Railroad, to include Herzog Transit Services, inc., from and against all loss, damage, claims, costs, expenses, Including attorney's fees, and liability for bodily injury to or death of any persons and loss of or damage to any property and loss of use thereof (including but not limited to employees, subcontractors, agents, invitees and the property of each party hereto) arising out of or In any way connected with the work under said License Agreement upon or adjacent to TRE property, whether or not caused or contributed to by the presence or operation of TRE or Railroad trains, engines, cars or other equipment, structures or facilities of TRE or Railroad or any other party, or by negligence or alleged negligence on the part of TRE or Railroad, or any of TRE's or Railroad's agents, employees, contractors, subcontractors or Invitees. In the event any part of the provisions of this section are determined by any statutory enactment or judicial decision to be void or unenforceable, then this section shall not fail in its entirety but will be enforceable to the extent permitted by law. For the purposes of this section, the term "Railroad" shall include any other railroad company using TRE property with TRE's consent and any affiliate, subsidiary or lessor of TRE. 4. Prior to start of work or occupancy of premises under this Agreement, Contractor agrees to procure and maintain at its sole cost and expense, the following types and amounts of insurance with an insurer or insurers and form satisfactory to TRE: Comprehensive general and automobile liability insurance with contractual liability endorsement and products and completed operations hazards included, which shall provide coverage for combined single limits of not less than $2,000,000, as further outlined below. All insurance coverages required by this Agreement shall provide the following as a minimum (City — Nearest Street) 2 of 5 Mile Post Project Description, ie 12•inch Water ATTACHMENT 6- AD1 `,, SAMPLE ONLY standard: (a) Comprehensive General Liability With Contractual Liability Endorsement. -Combined single limit of at least $2,000,000. -DART, the Fort Worth Transportation Authority and Railroad are named as additional insureds without any qualifications or restrictions (see Section 2(a), Page 1). -TRE must have 30 days notice of cancellation or modification. (b) Comprehensive Automobile Liability Policy -Combined single limit of at least $2.000,000. -DART, Fort Worth Transportation Authority and Railroad are named as additional insureds without any qualifications or restrictions (see Section 2(a), Page 1). 0 -TRE must have 30 days notice of cancellation or modification. (c) Workers' Compensation Insurance -Providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other State or Federal Law or Laws applicable to the Contractor's employees performing the work under this Agreement. (d) Payment Bond -Employer's Liability Insurance with limits of liability of not less than $500,000 each accident, $500,000 each employee for disease and $500,000 policy limit for disease. -Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the Authority. -Guaranteeing the payment of flagging and other services provided by TRE's flagging contractor (Herzog Transit Services, Inc.) in the amount of $10,000.00. Payment bond requirement may be waived by agreeing in writing to pre -pay for all flagging and other services provided by Herzog Transit Services, Inc. (e) Contractor agrees to furnish TRE Certificates of Insurance and copies of Endorsements for Additional Insured, Waiver of Subrogation and Contractual Liability Railroads (or, as and when TRE may direct, copies of the actual insurance policies) as evidence of the coverage's outlined in (a), (b), (c) above, and this section (e). Approval will be expedited if all required coverages and the following endorsements are included on the Certificates: -Endorsement showing DART and the Fort Worth Transportation Authority named as additional insureds in (a) and (b) above and requiring that TRE be given 30 days notice of cancellation or modification. The certificate must specify that the endorsement is applicable to the General `/ (City — Nearest Street) 3 of 5 Mile Post _ Project Description, ie 12-inch'Water ATTACHMENT 6- AD1 SAMPLE ONLY Liability and Auto Liability Policies. -Contractual liability endorsement. -Endorsement removing exclusions from contractual liability coverage for operations within 50 feet of a railroad or the purchase of a Railroad Protective Liability Policy with limits of no less than $2,000,000 per occurrence and $6,000,000 aggregate. Endorsement removing exclusions for XCU hazards. -Waiver of subrogation endorsement specific to Workers Compensation. (f) Contractor agrees to furnish TRE documentation of the Payment Bond or documentation requesting the requirement be waved as described in (d) above. 5. All policies should contain a cross liability endorsement reading as follows: "It is agreed that the inclusion of more than one person, corporation, organization, firm or entity as insured under this policy shall not in any way affect the rights of any such person, corporation, organization, firm or entity with lespect to any claim, demand, suit or Judgment made, brought or recovered by or in favor of any other insured. This policy shall protect each person, corporation, organization, firm or entity in the same manner as though a separate policy had been issued to each; provided that this endorsement shall not operate to increase the company's limits of liability as set forth elsewhere in this policy." 6. The permission herein given shall not be assigned by Contractor without the prior written consent of TRE except in the case of subcontractors who shall be deemed agents of Contractor subject to the terms of this Agreement. 7. No vehicular crossing over TRE's track shall be installed or used by Contractor without prior written permission of TRE. 8. No work shall be done between the hours of 6:00 p.m. and 6:00 a.m., nor on Saturdays, Sundays or legal holidays without prior written permission of TRE. 9. At the request of TRE or the Railroad, Contractor shall remove from TRE premises any employee of Contractor or any subcontractor who fails to conform to the Instructions of representatives of TRE or Railroad in connection with work on TRE premises, and any right of Contractor to enter upon TRE premises shall be suspended until such request of TRE or Railroad is met. Contractor shall Indemnify TRE and Railroad against any claim arising from the removal of any such employee from TRE premises. 10. Company -issued photo identification is required of all contractors and subcontractors working on the TRE premises. 11. Notification of TRE for purposes of Paragraph 2 (b), 2 (c) and 2 (d), shall be: Herzog Transit Services, Inc. Mr. Terry Bruner Transportation Manager 214.957.9114 (cell) I.MW (Gty— Nearest Street) 4 of 5 Mile Post Project Description, ie 12-inch Water ATTACHMENT 6- AD1 SAMPLE ONLY Notification of THE for all other purposes, shall be: Trinity Railway Express c/o Dallas Area Rapid Transit Attn: Patricia Brierre 214.749.2636 (office) IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in duplicate the day and year first above written. TRINITY RAILWAY EXPRESS BY: DALLAS AREA RAPID TRANSIT ev WAYNE L. FRIESNER Vice President Commuter Rail & Railroad Management (CONTRACTOR) By: Printed Name: Title:. `/ (City — Nearest Street) 5 Of 5 Mile Post Project Description, le 124nch Water ATTACHMENT 6- AD1 0318-042-01 CITY OF FORT WORTH, TEXAS ..r CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN- PART 2 TABLE OF CONTENTS TABLE OF CONTENTS PART A NOTICE TO BIDDERS Notice to Bidders Special Instructions to Bidders PART B PROPOSAL Proposal PART C GENERAL CONDITIONS Table of Contents Section C1 Definitions Section C2 Interpretation and Preparation of Proposal Section C3 Award and Execution of Documents Section C4 Scope of Work Section C5 Control of Work and Materials *ftno, Section C6 Legal Relations and Public Responsibility Section C7 Prosecution and Progress Section C8 Measurement and Payment PART CS SUPPLEMENTARY CONDITIONS (TO PART C) Supplementary Conditions TEXAS WATER DEVELOPMENT BOARD SUPPLEMENTAL CONTRACT CONDITIONS PART D SPECIAL CONDITIONS Special Conditions 2008 Prevailing Wage rates Project Sign PART DA ADDITIONAL SPECIAL CONDITIONS (TO PART D) i July 2009 TABLE OF CONTENTS F:\projects\0318\042-01\Specs\Part 2\Table of Contents.doc 0318-042-01 CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN- PART 2 TABLE OF CONTENTS (CONTINUED) PART E TECHNICAL SPECIFICATIONS DIVISION 1 — GENERAL REQUIREMENTS 01001 General Construction Requirements 01002 Measurement and Payment DIVISION 2 — SITE WORK 02001 Materials 02202 Excavation and Backfill Large Diameter Pipe 02230 Site Clearing 02231 Tree Protection and Trimming 02240 Dewatering 02260 Excavation Support and Protection 02326 Pipe Jacking, Boring and Tunneling 02767 Gabions and Gabion Mattresses 02910 Hydromulch Seeding DIVISION 3 — CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03310 Miscellaneous Cast -In -Place Concrete 03600 Grout, Non -Shrink DIVISION 4 — MASONRY (NOT USED) DIVISION 5 - METALS (NOT USED) DIVISION 6 - WOOD AND PLASTICS (NOT USED) DIVISION 7 - THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9 - FINISHES 09910 Painting and Protective Coatings DIVISION 10 -SPECIALTIES (NOT USED) ii July 2009 TABLE OF CONTENTS F:\projects\0318\042-01\SpecslPart 2\Table of Contents.doc 0318-042-01 CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN- PART 2 TABLE OF CONTENTS (CONTINUED) DIVISION 11 — EQUIPMENT (NOT USED) DIVISION 12 - FURNISHINGS (NOT USED) DIVISION 13 - INSTRUMENTATION AND SPECIAL CONSTRUCTION 13110 Cathodic Protection DIVISION 14 - CONVEYING SYSTEMS (NOT USED) DIVISION 15 - MECHANICAL 15015 Piping Systems -Basic Materials and Methods 15020 Restrained Joints 15021 Piping Systems, Steel 15022 Piping Systems, Ductile Iron Pipe 15030 Piping Systems, PVC and CPVC Pressure Pipe 15035 Piping Systems, High Density Polyethylene (HDPE) Pressure Pipe 15040 Reinforced Concrete Cylinder Pipe (Bar -Wrapped) 15070 Field Testing of Piping Systems 15100 Valves: Basic Requirements and Miscellaneous 15101 Gate Valves 15143 Control Valve, Hydraulically -Actuated DIVISION 16 (NOT USED) PART F BONDS AND INSURANCE Performance Bond Payment Bond Maintenance Bond Insurance Form Worker's Compensation Affidavit PART G CONTRACT APPENDIX A Storm Water Pollution Prevention Plan APPENDIX B Easements APPENDIX C Geotechnical Bore Logs APPENDIX D Subsurface Utility Engineering Reports APPENDIX E Texas Department of Transportation Permit APPENDIX F THE Permit (Dallas Fort Worth Inter -local Agreement) III July 2009 TABLE OF CONTENTS F:\projects\0318\042-01\Specs\Part 2\Table of Contents.doc 0318-042-01 CITY OF FORT WORTH, TEXAS CONTRACT DOCUMENTS AND SPECIFICATIONS FOR VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN- PART 2 TABLE OF CONTENTS (CONTINUED) APPENDIX G Additional Permits APPENDIX H (NOT USED) APPENDIX I (NOT USED) APPENDIX J (NOT USED) iv TABLE OF CONTENTS F:\projects\0318\042-01\Specs\Part 2\Table of Contents.doc July 2009 R J 0318-042-01 ADDENDUM NO.2 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH, TEXAS VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 1-1 Specifications, PART B - PROPOSAL: Item 226 Remove and replace the Description of items with Bid Prices Written in Words with the following. "For Pavement Wedge Milling, 2-inch to 0-inch depth, 5.0-foot wide, and 2-inch hot mix asphalt concrete overlay, complete in place as shown on the Plans and as described in the Specifications, for the sum of Dollars and Cents per Linear Foot." + N Item 229 Remove and replace the Description of items with Bid Prices Written in Words with the following. "For providing and installing 2-inch HOT MIX ASPHALTIC CONCRETE (HMAC) Pavement to be placed over cement stabilized pulvermix base complete in place as shown on the Plans and described in the Specifications, for the sum of _, Dollars and Cents per Square Yard." F:lprojects10318t042-011Specs\Part 2tAddendum ZAddendum 2.doc ADDENDUM 2 — PAGE 1 10 0318-042-01 `� Item 1-2 Specifications, PART E — TECHNICAL SPECIFICATIONS, Section 01002 Add the following to 2.43 ITEM NO. 226 — PAVEMENT WEDGE MILLING 2-INCH to 0- INCH DEPTH, 5.0 FT WIDE at the end of u1. Description." In addition this item shall include furnishing, placing and installing of hot mix asphalt pavement. All hot mix asphaltic concrete pavement shall be 2- inch in thickness, unless noted otherwise on the plans. The joint between any newly placed asphaltic concrete pavement and existing pavement shall be filled with an' elastomeric or polymeric joint sealer approved by OWNER. The installation of HMAC shall include the application of a tack coat to each layer of asphaltic concrete before the next layer is applied and a tack coat shall also be applied to any exposed concrete edges that shall abut any hot mix asphaltic concrete. An asphaltic prime shall be used on the stabilized base material immediately after the base material has been compacted to specified density and cut to grade." All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. OF ,ti,`���tit»tttt r Daniel A tie te, P.E. r * �'"""• s October 20, 2009 r""""""""•••'••• rDANIEL W. APPLEGA-T r..:.......................... .., 94819 r'• Q 11120 2Ss�ONAt ENG�^'`~� F:lprojects103181042-011SpecsWart 21Addendum ZAddendum_2.doc ADDENDUM 2 — PAGE 2 Part A Notice to Bidders SHORT FORM NOTICE TO BIDDERS Sealed proposals for the following: FOR: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 City Project No. 00213 Water Project No. P275-705140021387 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m., Thursdav, October 22, 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. One set of plans and documents for this project maybe purchased for a non-refundable cost of One Hundred Twenty Five Dollars ($125.00) per set at the offices of Alan Plummer Associates, Inc. 1320 S. University Drive, Suite 300, Fort Worth, TX 76107: These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Friday, September 25, 2009. The major work will consist of the following (All Approximate): Distribution Main Part 2: v 13,200 linear feet of 30-inch pipe 7,700 linear feet of 24-inch pipe 250 linear feet of 12-inch pipe Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. A non -mandatory pre -bid meeting will be held at the Village Creek Wastewater Treatment Plant at 1:30 pm, on Tuesday, October 13, 2009. NOTICES Pre -qualification according to the Fort Worth Water Department Special Instructions to Bidders is required. All bidders must be pre -qualified with the City of Fort Worth Water Department a minimum of seven (7) days prior to the bid opening. Bid security may be required in accordance with Special Instructions to Bidders. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. American Recovery and Re -investment Act (ARRA) Funding — This contract is to be funded through a (grant/loan) obtained from the TWDB as part of the American Recovery and Re -investment Act. There are a number of special ,%WWI provisions for this funding that the bidder should understand. SHORT FORM NOTICE TO BIDDERS Projects must be under construction prior to February 17, 2010. This project will not be funded if this schedule is not achieved. DOL Wage Rates will apply to this funding package. a) Section 1606 of ARRA requires that all laborers and mechanics employed by contractors and subcontractors on project funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis -Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis -Bacon contract clauses set forth in that section. Federal agencies providing grants, cooperative agreements, and loans under the Recovery Act shall ensure that the standard Davis -Bacon contract clauses found in 29 CFR 5.5 (a) are incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). b) For additional guidance on the wage rate requirements of section 1606, contact your awarding agency. Recipients of grants, cooperative agreements and loans should direct their initial inquiries concerning the application of Davis -Bacon requirements to a particular federally assisted project to the Federal agency funding the project. The Secretary of Labor retains final coverage authority under Reorganization Plan No. 14. The project will include special reporting provisions to a national database regarding the progress of construction. The Federal Funding Accountability and Transparency Act of 2006, the Government Funding Transparency Act of 2008 ("2008 Act"), and Section 1512(c) of ARRA require periodic reporting of project information. Applicants much report on the financial status and performance of their projects on a weekly and quarterly basis. The Reporting Requirements include reporting on the performance of all first -tier contracts and grants awarded for the project, with special consideration given to estimating the number jobs created and the number of jobs retained by the activity. Applicants must require contractors to obtain a Dun and Bradstreet Data Universal Numbering System Number and maintain current registration in the Central Contractor Registration. Applicants must agree to furnish all information and reports required by federal and state law, and must agree to require all contractors to furnish information needed for reporting purposes. The project includes certain Buy -American provisions included in the American Recovery and Reinvestment Act. a) Definitions. Manufactured goods, public building and public work, and steel, as used in this notice, are defined in the 2 CFW 176.140. b) Waiver from Buy -American provision. In accordance with ARRA Section 1605(c), the EPA has provided notice that it has granting a nationwide waiver of the requirements of section 1605(a) of Public Law 111-5, Buy American requirements, based on the public interest authority of section 1605(bx 1), allowing the use of SHORT FORM NOTICE TO BIDDERS non -domestic iron, steel, and manufactured goods when they occur in de minimis incidental components of eligible projects for which a Clean or Drinking Water State Revolving Fund (SRF) has concluded or will conclude an assistance agreement using ARRA funds where such components cumulatively comprise no more than a total of 5 percent of the total cost of the materials used in and incorporated into a project. c) Requests for determinations of inapplicability. A prospective applicant requesting a determination regarding the inapplicability of section 1605 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act) should submit the request to the award official in time to allow a determination before submission of applications of proposals. The prospective applicant shall include the information and applicable supporting data required by paragraphs at 2 CFR 176.140(c) and (d) in the request. If an applicant has not requested a determination regarding the inapplicability of 1605 of the Recovery Act before submitting its application of proposal, or has not received a response to a previous request, the applicant shall include the information and supporting data in the application or proposal. d) Evaluation of project proposals. If the Federal Government determines that an exception based on unreasonable cost of domestic iron, steel, and/or manufactured goods applies, the Federal Government will evaluate a project requesting exception to the requirements of section 1605 of the Recovery Act by adding to the estimated total cost of the project 25 percent of the project cost, if foreign iron, steel, or manufactured goods are used in the project based on unreasonable cost of comparable manufactured domestic iron, steel, and/or manufactured goods. e) Alternate project proposals 1) When a project proposal includes foreign iron, steel, and/or manufactured goods not listed by the Federal Government at 2 CFR 176.140(b)(2), the applicant also may submit an alternate proposal based on use of equivalent domestic iron, steel, and/or manufactured goods. 2) If an alternate proposal is submitted, the applicant shall submit a separate cost comparison table prepared in accordance with 2 CFR 176.140(c) and (d) for the proposal that is based on the use of any foreign iron, steel, and/or manufactured goods for which the Federal Government has not yet determined an exception applies. 3) If the Federal Government determines that a particular exception requested in accordance with 2 CRF 176.140(b) does not apply, the Federal Government will evaluate only those proposals based on use of the equivalent domestic iron, steel, and/or manufactured good, and the applicant shall be required to furnish such domestic items. This contract is contingent upon release of funds from the Texas Water Development Board. Any contract awarded under this Notice to Bidder is 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 Notice to Bidder or any resulting contract. The contrast is subject to regulations contained in 31 TAC, Chapter 363, if effect on the date this contract is executed. Equal Opportunity in Employment — All qualified Applicants will receive consideration for employment without regard to race, color, age, handicap or national origin. B idders will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order No. 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. SHORT FORM NOTICE TO BIDDERS Disadvantaged Business Enterprise (DBE) — This contract is subject to EPA established DBE "fair share" goals. TWDB document "TWDB Disadvantaged Business Enterprise Program Guidance" is included in the bidding documents. This contract is subject to EPA established Disadvantaged Business Enterprise (DBE) CONSTRUCTION 34.8% 6.7% SUPPLIES 9.7% 5.2% EQUIPMENT 7.2 % 4.1 % SERVICES 16.1% 21.3% SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non -responsive. The Contractor, who submits the bid with the lowest price, will be the apparent successful bidder for the project. B idders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Daniel W. Applegate P.E., Project Manager, Alan Plummer Associates, Inc. at 817-870-2544 or by email: dpplegate@apaienv.com or David Townsend, P:E., Project Manager, City of Fort Worth — Water Department at Telephone Number. 817-392-8296 or by email: david.townsend@fortworthgov.org. COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: FOR: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 City Project No. 00213 Water Project No. P275-70514002387 Addressed to: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH TX 76102-6311 will be received at the Purchasing Office until 1:30 p.m., Thursday. October 22, 2009 and then publicly opened and read aloud at 2:00 p.m. in the Council Chambers. One set of plans and documents for this project may be purchased for a non-refundable cost of One Hundred Twenty Five Dollars ($125.00) per set at the offices ofAlan Plummer Associates, Inc. 1320 S. University Drive, Suite 300, Fort Worth, TX 76107. These documents contain additional information for prospective bidders. Plans and Specifications will be available for pick-up on Friday, September 25, 2009. The major work will consist of the following (All Approximate): Distribution Main Part 2: 13,200 linear feet of 30-inch pipe ,%wool 7,700 linear feet of 24-inch pipe 250 linear feet of 12-inch pipe Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract Documents and Specifications. All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400 (Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices. A non -mandatory pre -bid meeting will be held at the Village Creek Wastewater Treatment Plant at 1:30 pm, on Tuesday, October 13, 2009. NOTICES Pre -qualification according to the Fort Worth Water Department Special Instructions to Bidders is required. All bidders must be pre -qualified with the City of Fort Worth Water Department a minimum of seven (7) days prior to the bid opening. Bid security may be required in accordance with Special Instructions to Bidders. No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities. COMPREHENSIVE NOTICE TO BIDDERS Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). 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 Daniel W. Applegate P.E., Project Manager, Alan Plummer Associates, Inc. at 817-870-2544 or by email: dapplegate@apaienv.com. Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the contract document at anytime. Bidders must complete the proposal section(s) and submit the complete specification book or face rejection of the bid as non -responsive. 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 deadline stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation. In accordance with the 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 of Fort Worth contracts. A copy of the Ordinance 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, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the Water Department to whom delivery was made. Such receipt shall be evidence that the City of Fort Worth received the Documentation. Failure to comply shall render the bird non- responsive. American Recovery and Re -investment Act (ARRA) Funding —This contract is to be funded through a (grant/loan) obtained from the TWDB as part of the American Recovery and Re -investment Act. There are a number of special provisions for this funding that the bidder should understand. Projects must be under construction prior to February 17, 2010. This project will not be funded if this schedule is not achieved. DOL Wage Rates will apply to this funding package. a) Section 1606 of ARRA requires that all laborers and mechanics employed by contractors and subcontractors on project funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis -Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis -Bacon contract clauses set forth in that section. Federal agencies providing grants, cooperative agreements, and loans under the Recovery Act shall ensure that the standard Davis -Bacon contract clauses found in 29 CFR 5.5 (a) are incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). b) For additional guidance on the wage rate requirements of section 1606, contact your awarding agency. Recipients of grants, cooperative agreements and loans should direct their initial inquiries concerning the application of Davis-$acon requirements to a particular federally assisted project to the Federal agency funding the project. The Secretary of Labor retains final coverage authority under Reorganization Plan No. 14. COMPREHENSIVE NOTICE TO BIDDERS The project will include special reporting provisions to a national database regarding the progress of construction. The Federal Funding Accountability and Transparency Act of 2006, the Government Funding Transparency Act of 2008 ("2008 Act"), and Section 1512(c) of ARRA require periodic reporting of project information. Applicants much report on the financial status and performance of their projects on a weekly and quarterly basis. The Reporting Requirements include reporting on the performance of all first -tier contracts and grants awarded for the project, with special consideration given to estimating the number jobs created and the number of jobs retained by the activity. Applicants must require contractors to obtain a Dun and Bradstreet Data Universal Numbering System Number and maintain current registration in the Central Contractor Registration. Applicants must agree to furnish all information and reports required by federal and state law, and must agree to require all contractors to furnish information needed for reporting purposes. The project includes certain Buy -American provisions included in the American Recovery and Reinvestment Act. a) Definitions. Manufactured goods, public building and public work, and steel, as used in this notice, are defined in the 2 CFW 176.140. b) Waiver from Buy -American provision. In accordance with ARRA Section 1605(c), the EPA has provided notice that it has granting a nationwide waiver of the requirements of section 1605(a) of Public Law 111-5, Buy American requirements, based on the public interest authority of section 1605(b)(1), allowing the use of non -domestic iron, steel, and manufactured goods when they occur in de minimis incidental components of eligible projects for which a Clean or Drinking Water State Revolving Fund (SRF) has concluded or will conclude an assistance agreement using ARRA funds where such components cumulatively comprise no more 1*001" than a total of 5 percent of the total cost of the materials used in and incorporated into a project. c) Requests for determinations of inapplicability. A prospective applicant requesting a determination regarding the inapplicability of section 1605 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act) should submit the request to the award official in time to allow a determination before submission of applications of proposals. The prospective applicant shall include the information and applicable supporting data required by paragraphs at 2 CFR 176.140(c) and (d) in the request. If an applicant has not requested a determination regarding the inapplicability of 1605 of the Recovery Act before submitting its application of proposal, or has not received a response to a previous request, the applicant shall include the information and supporting data in the application or proposal. d) Evaluation of project proposals. If the Federal Government determines that an exception based on unreasonable cost of domestic iron, steel, and/or manufactured goods applies, the Federal Government will evaluate a project requesting exception to the requirements of section 1605 of the Recovery Act by adding to the estimated total cost of the project 25 percent of the project cost, if foreign iron, steel, or manufactured goods are used in the project based on unreasonable cost of comparable manufactured domestic iron, steel, and/or manufactured goods. e) Alternate project proposals 1) When a project proposal includes foreign iron, steel, and/or manufactured goods not listed by the Federal Government at 2 CFR 176.140(b)(2), the applicant also may submit an alternate proposal based '*mole on use of equivalent domestic iron, steel, and/or manufactured goods. COMPREHENSIVE NOTICE TO BIDDERS 2) If an alternate proposal is submitted, the applicant shall submit a separate cost comparison table prepared in accordance with 2 CFR 176.140(c) and (d) for the proposal that is based on the use of any foreign iron, steel, and/or manufactured goods for which the Federal Government has not yet determined an exception applies. 3) If the Federal Government determines that a particular exception requested in accordance with 2 CRF 176.140(b) does not apply, the Federal Government will evaluate only those proposals based on use of the equivalent domestic iron, steel, and/or manufactured good, and the applicant shall be required to furnish such domestic items. This contract is contingent upon release of funds from the Texas Water Development Board. Any contract awarded under this Notice to Bidder is 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 Notice to Bidder or any resulting contract. The contrast is subject to regulations contained in 31 TAC, Chapter 363, if effect on the date this contract is executed. Equal Opportunity in Employment — All qualified Applicants will receive consideration for employment without regard to race, color, age, handicap or national origin. Bidders will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order No. 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. Disadvantaged Business Enterprise (DBE) — This contract is subject to EPA established DBE "fair share" goals. TWDB document "TWDB Disadvantaged Business Enterprise Program Guidance" is included in the bidding documents. This contract is subject to EPA established Disadvantaged Business Enterprise (DBE) CONSTRUCTION 34.8% 6.7% SUPPLIES 9.7% 5.2% EQUIPMENT 7.2% 4.1% SERVICES 16.1% 213% SUBMISSION OF BID AND AWARD OF CONTRACT The proposal within this document is designed as a package. In order to be considered an acceptable bid, the Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the proposal incomplete will be rejected as being non -responsive. The Contractor, who submits the bid with the lowest price, will be the apparent successful bidder for the project. Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth. For additional information, please contact Daniel W. Applegate P.E., Project Manager, Alan Plummer Associates, Inc. at 817-870-2544 or by email: dpplegate@apaienv.com or David Townsend, P.E., Project Manager, City of Fort Worth — Water Department at Telephone Number: 817-392-8296 or by email: david.townsend@fortworthgov.org. DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: September 24, 2009 October 1, 2009 MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS 1) PREOUALIFICATION REOUIREMENTS: All contractors submitting bids are required to be prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. a) 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 financial status to 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. b) 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 technical level as that of the project for which bids are to be received. c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. d) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. g) 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 not be a waiver of any necessary prequalification. 2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in an 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 be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold 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; 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. 3. 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 C 3-3.7. 09/ 10/04 4. 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 pratnstons `of Rtght to Audit, corder paragraph L of Section C1: Supplenenfary §1. C -RirltJenerai Conc thons, ertam t© thts 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. 5. 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. 6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, 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 responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business in located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves federal funds. 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. 8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty- five (45) calendar days after completion and acceptance by the City. 9. 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 09/ 10/04 2 or privileges of their employment, discriminate against persons because of their age except on the N%001� bases 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 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 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 subcontractor against City arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans 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 Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's provisions 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 subcontractors' alleged failure to comply with the above referenced laws concerning disability discrimination in the performance of this agreement. 11. 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 NNW, enterprises and women business enterprises in City contracts. A copy of the Ordinance 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 the 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 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 of facts (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. 12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less retainage) from the city for each pay period. 09/10/04 b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 09/10/04 4 PART B Proposal TO: FOR: PROPOSAL VIR. DALE A. f ISSLER, P.E. City Manager Fort North, Texas Dort Worth, Texas VILLAGE CREEK RECLAIMED WATER EASTER DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 WATER PROJECT NO. P275-705140021387 City Project No.: 00213 Pursuant to the •foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Department of Engineering of the City of Fort Worth. If required by (his project, Contractor must be pre -qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for pertorming and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantitics, by represent the best accuracy based on a reasonable effort of investigation; however, they arc given for the purpose of bidding on and awarding (lie contract. ATTACHMENT 1- AD1 0 I K- Item Approx. Description of Items with Unit No. Quantity Bid Prices Written In Words Price PART 2 201 1 LS Implementation of the Storm Water Pollution Prevention Plan including all material and labor, for a total lump sum mou t o td�9,m j Z Dollars and -- Cents per Lump Extendec Amount Bia Sum. $ 24p, 25v." $ 210, 202A 12,150 LF 30-inch diameter C-161 Ductile Iron Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of _ d•94 hv�+d�.tl1 Stvl-��ccn Dollars and F.-ay Cents per Linear Foot. S % 11, 0 202E 12,150 LF 30-inch diameter C-200 Ste ipe with Cathodic Protection S em furnished and installed comple in place as shown on the Plans d described in the Specification including trenching, embedme , & backfill, for the sum of _ Dollars and Cents per Linear Foot. $ 1JA 202C 12,150 LF 30-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe wit Cathodic Protection System furnish and Installed complete in place as wn on the Plans cribedthe Specifications and d��4 includin, embedment, & backfill,um of Dollars and Cents per Linear Foot. $� 203A 6,900 LF 24-inch diameter C-151 Ductile Iron Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, embedment, & backfill, for the sum of _ a-1 e- A—,d.,A r , r Dollars and zc ra Cents per Linear /616.0 Foot. $ 0 s /,y2.1,62s-cc' $ N4 S 731, woo-oQ PON ATTACHMENT 1-AD1 Item Approx. No, Quantity PART 2 2030 6,900 LF 203C 6,900 LF 203D 6,900 LF 204A 120 LF Description of Items with Unit Bid Prices Written In Words Price 24-inch diameter C-905 DR 1 Polyvinyl Chloride Pipe furnishe nd installed complete in place a own on the Plans and described in the Specifications including t thing, embedment and backfill, the sure of Dollars and Cents per Linear Foot. $ %,I 24-inch diameter C-200 Steel P' e with Cathodic Protection Syst furnished and installed complete ' place as shown on the Plans described in the Specifications including trenching, embedme and backfill, for the sum of _ Dollars and Cents per Linear Foot. tJ�G1 24-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System furnishe nd installed complete in place ass non the Plans and described i the Specifications including tre ing, embedment, & backfill, for the sum of Dollars and Cents per Linear Foot. $ t,.SA 12-inch diameter C-900 Class 200 DR 14 Polyvinyl Chloride Pipe furnished and installed complete in place as shown on the Plans and described in the Specifications including trenching, ern dment and backfill, for the sum of _ Dollars ana Cents per Linear Foot. 7777S 40.5V 2046 120 LF 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene (HOPE) Pipe (including trenchin mbedment, concrete encased ust restraint, & backfill) furnisl and installed complete and in I for the sum of Dollars and Cents per Linear Foot. S WA Extended Amount Bid $ V'3A $-_b1 $ '0 A- $ A'q S NA ATTACHMENT 1-AD1 0 Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid PART 2 205 1,000 LF 42-inch Steel Casing Pipe by other than open cut (OTOC) installed complete in place as shown on the Plans and din es pecifipf ti ns, for the sum um Ofof� 1/e. �•A'� Dollars and am_ Cents per Linear Foot. S ►=19to.o" $—Pi A. 206 800 LF 36-inch Steel Casing Pipe by other than open cut (OTOC) installed complete in place as shown on the Plans and describeci in he Specifications for the SUM of Oq r' Dollars and Cents per Linear Foot. $ 2tvQ, 5 207 100 LF 20-inch Steel Casing Pipe by other than open cut (OTOC) installed complete in place as shown on the Plans and described in t e Specifi at' n�, for the sum of 'W ,(''_1►/�_ Dollars and qeW_ Cents per Linear Foot. $ 2�D. `7O $ ' . cm. 208A 1,000 LF 30-inch diameter C-151 Ductile Iron Pipe inside 42-inch steel casing furnished and installed complete in place as shown on the Plans and described in the Specificati ns, fort a stem of -ON — t ollars and =Jtj4p- — Cents per Linear Foot. S 208B 1,000 LF 30-inch diameter C-200 Steel Pipe • ith Cathodic Protection System in ' 42- inch steel casing furnished installed complete in place as sh n on the Plans and described in t Specifications, for the sum of Dollars ap<r Cents per Linear Foot. 5 NA S NA ATTACHMENT 1-AD1 c Item Approx. No. Quantity PART 2 208C 209A 209B 209C 209D Description of Items with Unit Bid Prices Written In Words Price 1,000 LF 30-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System inside 42-inc el casing furnished and install complete in place as shown o ie Plans and described in the cifications, for the SLIM of Dollars d Cents per Linear Foot_ $ tJA 800 LF 24-inch diameter C-151 Ductile Iron Pipe inside 36-inch steel casing furnished and installed complete in place as shown on the Plans and described in' the Specific tions, for the sum of lmn�f- Dollars and 3(A, Q Cents per Linear Foot. $ 800 LF 24-irch diameter C-905 Class 200 DR 18 Polyvinyl Chloride Pipe inside 36-inch steel casing furnished a installed complete in place as sh n on the Plans and described in Specifications, for the sum of Dollars and Cents per Linear Foot, S 1.t A 800 LF 24-inch diameter C-200 Steel Pipe with Cathodic Protection System inside 36- inch steel casing �aswn nd installed complete in placen the Plans and described 'cations, for the sum of Extended Amount Bid S 100% $ 4w. — Dollars and Cents per Linear Foot. 5 VjA- $ NR 800 LF 24-inch Non -Cased C-303 Bar Wrapped Concrete Cylinder Pipe with Cathodic Protection System inside 6 inch steel casing furnished and ' stalled complete in place as slh on the Plans and described i e Specifications, for the SLIM of Dollars and Cents per Linear Foot. S V- ',k S �. A ATTACHMENT 1-AD1 I Item Approx. No. Quantity Description of Items with Unit Extended Did Prices Written In Words Price Amount Did PART 2 210A 100 LF 12-inch diameter C-900 Class 200 DR 14 Polyvinyl Chloride Pipe inside 20-inch casing furnished and installed complete 1013 11 12 213 214 in place as shown on the Plans and described is the Specifications, for the sum of Dollars and11 Cents per Linear A Foot. $ `1fl •� 100 LF 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene (HOPE) Pipe inside 20-inch casin rnished and installed complete in ce as shown on the Plans ank described in the Specifications r the sum of Doilar>,.A'nd Cents per Linear Foot $ ►JA 19,200 LF Design and implement Trench Safety System complete in place, for the sum of Dollars and OM„— Cents per Linear Foot. $ . v t 8 EA 30-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and desqribO in Le S ciricatio s, for the sum r !r Dollars and Cents per Each. 5 11L,0-x',0.1 10 EA 24-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and desc ibed i t Specific tions, for th ur of $ A.0W.&V $ 010 $ iqI-"u UWARIMM, Dollars and &Aa Cents per Each. S le 5 lam° $ S, VM 170 _ 1 EA 12-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and described i the Specr ications, for the sum of Dollars and —AEXO— Cents per Each. S `L,t 4v $ 2, cr-a. — ATTACHMENT 1-AD1 M h IF Item No. PART 2 ?15 !16 17 218 Approx. Description of Items with Quantity Bid Prices Written In Words 1 EA 8-inch Resilient Seated Gate Valve and Vault complete in place as shown on the Plans and described in the Speq ficp lions, f r the sum f C\ Dollars ancc Cents per Each. 13 EA 2-inch Automatic Combination Air and Vacuum Release Valve and Vault complete in place as shown on the Plans and Sped ications, for th su of Dollars and -'-KA0_ Cents per Ea h. 1 EA 4-inch Meter Station for City of Arlington (Arlington Landfill) furnish and install as shown on the Plans and described in the Sped ficatio s complete in place, for the sum of ��� Dollars and a ` Cents per Each 1 EA 6-inch Meter Station for City of Euless (Texas Star Goff Course) furnish and install as shown on the Plans and described in the Specifications complete in place, for the s im of �q �WtiS , V tiY1 C d fi� Dollars and J(M) Cents per Each, Unit Extended Price Amount Bid 1, Z25. — S /, 125. a' $ f-wb, U-70 $ $n. U — $ q�l, q aU. $ 219A 30 TON 30-inch diameter C-151 Ductile Iron Pipe fittings and specials furnished and installed complete in place incl ding re straint "oint d sign, for the s of� Dollars a d _ Cents pet Ton. $ 0, l�l�•$ 51A. 69D.0 219E 1 LS 30-inch diameter C-200 Steel Pipe fittings and specials furnished installed complete in place inclu restraint joint design, for the sum Dollars and Cents per Lump Sum. S N A S KA ATTACHMENT 1-AD1 n .. 4 Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid :LI3V-1, 219C 1 LS 30-inch diamet�it�tii O3 Concrete Pressure Pipe and specials furnished and insmplete in place including res int joint design, for the SUM of Dollars and Cents per Lump sum. $ 220A 10 TON 24-inch diameter C-151 Ductile Iron Pipe fittings and specials furnished and installed complete in place including estraint joint esi n, for the su f Dollars and Cents per on. $ Li. 1;6a' $ Lot5. i;op"" 220B 1 LS 24-inch diameter C-200 Steel Pipe fittings and specials Furnish and installed complete in place jpduding restraint joint design, for the of Dollars i;p Cents per Lump Sum.` $ t.Nk S tJ a 220C 1 LS 24-inch diameter C-303 Concrete Pressure Pipe fittings a specials furnished and installed c plete in place including restraint j design, for the sum of Dollars a Cents per Lump Sum. $ 1s S �fl 221A 1 TON 12-inch diameter C-151 Ductile Iron Pipe fittings and specials furnished and installed complete in place including restraint joint gn, for tile sum of�2 Dollars and JJAjG— Cents per Ton. $ $ 221 B 1 LS 12-inch diameter C-906 Cl 200 DR 9 DIPS High Density Pol iylene (HDPE) fittings and spec" s furnished and installed comp) in place including thrust restrai esign, for the sum of _ Dollard Cents per Lump Sum. $ N� $ to R ATTACHMENT 1-AD1 *ftm/ Item Approx. No. Quantity PART 2 222 20 EA 223 6,500 SY Description of Items with Unit Bid Prices Written In Words Price Calloway Cemetery Archaeological Excavation, 15-foot IoQg trench section, for the sum of OV{,4_ —IVIOLLSI 1AA Dollars and 'RA40 —_ Cents per Each. S DAri.CO Furnish and install Temporary Pavement Repair as directed by OWNER, complete and in place, for (fie sum of Dollars and 4VC, Cents per Square Yard. $ o- io5 224 800 SY For Gravel Drive Repair complete in place as shown on the Plans and described irhthe Specifications, for the sum of Dollars and &�lLL_ Cents per Square Yard. $ 4 225 3,500 SY For Permanent Hot Mix Asphaltic Concrete .(HMAC), complete in place as shown on the Plans and as described in the Specifications, for the sum of Dollars and _.��� Cents per Square Yard. 226 3,700 LF For Pavement Wedge Milling, 2-inch to fl- inch depth, 5.0-foot wide, complete in place as shown on the Plans and as described in the Specifications, for the sum of Dollars and Cents per Linear Foot. $ 6-9 227 10 EA For Butt Joint Milling, including material haul -off tools, labor, equipment and incidentals necessary, complete in place as shown on the Plans and as des ribed in the Sp tions, the UA cific sum of five`fps Dollars and .— Cents per Each. S Z a Extended Amount Bid $ 20 cca 'v $ 640. 24-J5,— $ .5. 0vD., S 1-1rf�Z-50" S S1,`ao20. P" $ ATTACHMENT 1-AD11 M N qq Item Approx. No. Quantity PART 2 228 450 SY 229 7200 SY 230 7750 SY 231 7200 SY 232 1 LS 233 600 CY Description of Items with Unit Bid Prices Written In Words Price For Concrete Pavement Repair per Figure STR-028 complete in place as shown on the Plans and describeq in the Specifications, for the sum of Dollag and Cents per Square Yard. 1$ 104". 24 For providing and installing 2-inch HOT MIX ASPHALTIC CONCRETE (HMAC) Pavement complete in place as shown on the Plans and described in the Specifications, for the sum of 41" _ Dollars and 1 Cents per Square Yard. For providing and installing 6-inch Cement Stabilized Pulvermix Base complete in place as shown on the Plans and described in the Specifications, for the sum o Dollars and e�1,`{niV Cents per Square Yard. j $ 95_0'vo For providing and installing Geotextile Pavement Grid complete in place as shown on the Plans and described in the Specifications, for the sum of Dollars and \K- Cents per Square Yard. $ °y For design and implementation of a Traffic Control Plan, mplete in place, for the sum of,� d Dollars and &,W Cents per Lump Sum. $ Furnish Additional Rock for Foundation not shown in Plans of Specifications and oaf du�cted��he OWNER, for the sum Dollars and Cents per Cubic Yard. $tp.`'v Extended Amount Bid $ %O.'lla �0 $ G5, o ,moo $ mom $ g"qCV00 ATTACHMENT 1-AD1 `./ Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid PART 2 234 200 CY Furnish Flowable Fill Concrete Encasement shown in Plans or described in Specifications and as directed by the OWN , f the sum of C Dollars nd Cents per Cubic Yard. $ to 235 510 CY For providing and installing Gabions Mattress including excavation, complete in place as shown on the Plans and describeq in Ihe S ecificat' ns, for the sum of ►K. Dollars and - AM Cents per Cubic Yard. $ 10-v $ IVA. 236 100 CY For providing and installing Rock Rip Rap including excavation, complete in place as shown on the Plans and described in the Spe ifications, for the sum of 4n Dollars add Cents per Cubic Yard. 237 11.300 LF Hydromulch Seeding furnished and installed as described in the Specifications, for the sum of Dollars an JK.Cents per Linear •75 �,�%.�. Foot. $ $ TOTAL AMOUNT BID $ LIJ6 2 7Z �I. SD X�u•ti 1* 1 2 7"L `D \0041 ATTACHMENT 1-AD1 N"041 LIST OF Select Fitting'fype FITTINGS For Project: VILLAGE CREEK 11ECLAE ICD WA"1'Elt EASTERN DEL1VEIZY DISTRIBUTION MAIN PART 2 ADD OR SUBTRACT FOR THE FOLLOWING Select Fitting Type INCLUDING INSTALLATION. TYPE I Tee 90' Bend 45° Bend { 22.5° Bend { 1 1.25' Bend { Tee 90° Bend 45° Bend 22.5° Bend { 11.25° Bend Blind flange Blind Flange I SIZE 30" x 12" 30" x 3" 30" 30" 30" 30" 24" x 12" 74" 24" 24" 24" _ .. . 12" 1„ QY ! WEIGHT TOTAL WT 1 COST' a .I Contractor shall fill in blanks tier "Weight", "Total WC and "Cost" as a part of the bid. Contractor is responsible foi- -orrect oluanity total of all littings and specials. ATTACHMENT 1 - AD1 LIST OF Select Fitting Type FITTINGS For Project: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART. 2 ADD OR SUBTRACT FOR THE FOLLOWING Select fitting type INCLUDING INSTALATION CITY TYPE & SIZE WEIGHT TOTAL WT 1 EA 30" X 30" C110 DI MJ WYE 3670 3670 $ 6,978.00 $ 6,978.00 1 EA 30" CRISS-CROSS POLY PIG 0 $ 1,180.00 $ 1,180.00 2 EA 30" DI COMPACT MJ SOLID PLUG 542 1084 $ 1,035.00 $ 2,070.00 1 EA 30" X 30" DI COMPACT MJ TEE 1348 1348 $ 2,527.00 $ 2.527.00 2 EA 30" X 12" DI COMPACT MJ TEE 848 1696 $ 1,585.00 $ 3,170.00 2 EA 30" X 8" DI COMPACT MJ TEE 739 1478 $ 1,411.00 $ 2,822.00 7 EA 30" X 6" DI COMPACT MJ-MJ-F TEE (for CARVs) 1000 7000 $ 4,702.00 $ 32,914.00 1 EA 30" DI COMPACT MJ 90 BEND 1139 1139 $ 1,776.00 $ 1,776.00 23 EA 30" DI COMPACT MJ 45 BEND 780 17940 $ 1,490.00 $ 34,270.00 26 EA 30" DI COMPACT MJ 22-1/2 BEND 610 15860 $ 1,270.00 $ 33,020.00 8 EA 30" DI COMPACT MJ 11-1/4 BEND 567 4536 $ 1,146,00 $ 9,168.00 1 EA 30" X 24" DI COMPACT MJ SOLID SLEEVE 640 640 $ 1,230.00 $ 1,230.00 1 EA 30" X 24" DI COMPACT MJ REDUCER 478 478 $ 913.00 $ 913.00 1 EA 30" DI COMPACT MJ SOLID CAP 345 345 $ 659.00 $ 659.00 146 EA 30" 1130 MEGA LUG -DI (LESS ACCYS.) 194.6 28412 $ 645.00 $ 94,170.00 148 EA 30" DI MJ ACCY. KIT w/ TEPH. BL. B&N (less gland) 27 3996 $ 220.00 $ 32,560.00 1 EA 24" 1124 MEGA LUG -DI (LESS ACCYS.) 133A 133 $ 280.00 $ 280.00 1 EA 24" DI MJ ACCY. KIT w/ TEPH. BL. B&N (less gland) 18.6 19 $ 70.00 $ 70.00 2 EA 12" FORD #UFR1500-C-12 RETAINER GLAND 29 58 $ 74.00 $ 148.00 2 EA 12" DI MJ ACCY. KIT w/ TEPH. BL. B&N (less gland) 7.5 15 $ 32.00 $ 64.00 2 EA 8" FORD #UFR1500-C-8 RETAINER GLAND 18 36 $ 39.00 $ 78.00 2 EA 8" DI MJ ACCY. KIT w/ TEPH. BL. B&N (less gland) 5.5 11 $ 24.00 $ 48.00 10 EA 67" x 140' ROLL 8 MIL PW NEW SPEC PURPLE $ 110.00 $ 1,100.00 40 EA 2" X 1 00'ROLL POLYVINYL TAPE $ 5.00 $ 200.00 89893.3 $ 261,415.00 BID ITEM NO. 220A: 10 TONS - 24" DI/PVC PIPE FIGS. 1 EA 24"X 24" C110 DI MJ WYE 2372 2372 $ 3,130.00 $ 3,130.00 1 EA 24" CRISS-CROSS POLY PIG 0 $ 590.00 $ 590.00 2 EA 24" DI COMPACT MJ SOLID PLUG 202 404 $ 541.00 $ 1,082.00 1 EA 24" X 24" DI COMPACT MJ TEE 937 937 $ 1,294.00 $ 1,294.00 6 EA 24" X 6" DI COMPACT MJ-MJ-F TEE (for CARVs) 451 2706 $ 740.00 $ 4,440.00 3 EA 24" DI COMPACT MJ 90 BEND 683 2049 $ 1,047.00 $ 3.141.00 12 EA 24" DI COMPACT MJ 45 BEND 463 5556 $ 693.00 $ 8,316.00 5 EA 24" DI COMPACT MJ 22-1/2 BEND 512 2560 $ 667.00 $ 3,335.00 5 EA 24" DI COMPACT MJ 11-114 BEND 457 2285 $ 614.00 $ 3,070.00 1 EA 24" X 12" DI COMPACT MJ REDUCER 327 327 $ 560.00 $ 560.00 1 EA 24" DI COMPACT MJ SOLID CAP 210 210 $ 361.00 $ 361.00 68 EA 24" 1124 MEGA LUG -DI (LESS ACCYS.) 133.1 9051 $ 280.00 $ 19,040.00 70 EA 24" DI MJ ACCY. KIT wl TEPH. BL. B&N (less gland) 18.6 1302 $ 80.00 $ 5,600.00 1 EA 12" FORD #UFR 1 500-C-1 2 RETAINER GLAND 29 29 $ 74.00 $ 74.00 1 EA 12" DI MJ ACCY. KIT w/ TEPH. BL. B&N (less gland) 7.5 8 $ 32.00 $ 32.00 4 EA 52" X 200' ROLL 8.8 MIL PW NEW SPEC PURPLE $ 140.00 $ 560.00 16 EA 2" X 100' ROLL POLYVINYL TAPE $ 5.00 $ 80.00 29795 $ 54,705.00 LS ADD FOR INSTALLATION $ 55,000.00 11Vithin lets (10) days after notification by the City of Fort Worth, the undersigned will executc the forinal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract.' The attached bid security in the amount of 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. If as a requirement of this project, the undersigned bidder certified that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have read and thoroughly understand all the requirements and conditions of those General hocuments and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing 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 with ten (10) calendar (lays after issue of the work order and to complete the contract within 270 days after beginning construction as set forth in the written work order to be ffirnished by the Owner. (Circle and complete A or B below, as applicable) 6W A. The principal place of business of our company is in the State of -2Y4*-1 a. Nonresident bidders ill the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. b. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. BQ The principal place of business of our company or our parent company or majority owner is in the State of Texas. Respectfully submitted, By: S'r�./G - Title: VseO—'agIW4 4 T Company: Address: 1Olto� GtL. lbtp ATTACHMENT 1- AD1 1ATTACHh1EN1 1A FOR OR I V'k till Page 4 of 4 V- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ on 2r V TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3, -I ��' Q AS ew The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Wornen Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. 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 ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MN1/BE goal. If the detail explanation is not submitted, it will affect 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/V1//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. 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 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. �.1 Aut,Lie.S..,1 LG .\-- J �zce. i�u.�s idea•r Tillo W.V. Co., L? Company Name CO- IQIP Address C J S.j,A. City/State/Zip S-rd-lfd- �Iteh I Printed Signature Contact Namo/Title (if different) Telephone and/or Fax I op E-mail Address to I.21. Date ATTACHMENT 2 - AD1 Rev. 511C/03 At 1ACHMiENT to Pace 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status, i.e., Minority, Women and non-M1rWBEs_ ` Please list M1NVBE firms first, use additional sheets if necessary I Cortillcatin oN (check one ° SUBCONTRACTOR/SUPPLIER T 11 Company Namei N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address Ie M W Telephone/Fax r B B R O B E E c T E A MA4L5teWd comwAc.'l1r•16 M51 60 0VC C-T. N•S. E"C*-xz M= ass (slb- St.1- 14o-1 lotto- °al.at - a4n.4 �C1►WS L�.� � gA¢z��oE ��t N• t3ft►c% ST. FT �ezu . Ty, 'i4ttl St" - e5s% - gill 1 Sm- fts- 3si4. �Pjc�1 �T Tv.�►J Co. rasa ?,2F-nLj go. 54-kq?0 pa', ' r". '15wi- 214 VJ1. 1"100 Zt4 - t trl- f\a t044c.T,,,. -152Zo ql2- boa -12oo -04riC Ga.ruo I c 6,gV0 00 �I, dg�,oc�•`� ATTACHMENT 2 - AD1 Ppv. 5/30/03 Al (ACHMENT IA J'(llt l Won I I I Pape 2 of 4 .`or = Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MPNBEs. Please list fAWBE firms first, use additional sheets if necessary Cortiflcation (check one) ° SUBCONTRACT-OR/SUPPLIER T Company Name ( -----.- ,----- �� N T Detail Detail Addresso M W C X M Subcontracting Work T D W Sapplies Purchased Dollar Amount Telephone/Fax r 8 6 E E R O 8 c T E A �'tZa�u�x�p%'� 6Agto� M4nW5 89 !-( is AW 1L live. • ✓ / EQn�so.! �.�t2o 1 's � coo. N. Qsc►• 4wja IITw-" -1; -1("to $ i rl t l - g2gc{ -vm:gca f5lrni-Ass\- V44 �a gCjE¢�lsLdS ��• IAgcIWrjGR7G — — ?p, e'c" 2'Lco3 M�crtaJ41S g 'It.2c1I_ aqo /2A6- g,6,2b a Ao (2AS - $5 S k 'Fma' —I,, �lvt(� l 1 ✓ �FLcxl46'sE ♦ctu.� �Zd'tcam. oo 81-ts�i- »►c, 'FAMI& 44ot N v", a u- Its D�.t�.,, T>L. ��. ✓ ✓ q, �c.D .o Z 440-e -140 - 3as - ovQ-i L1Lt s 'as5oc..-�c'E5 �PE S►.,IP�1tes VV--L1ssA, Ty --54SA- 214-50-ogAo ' ""ti'"" Co�STluG-L3c.J C o•. �` r"� g $1 O ` V21G.00 bl 2cn- 3►a1 i - ATTACHMENT 2 - AD1 Rev. 5130r03 ATTACK'JENT to Page t of 4 rO1ZT WOR'1'l I City of Fort Worth v Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: �j Check apP icable block to describe prime W' "A' � � �o" L-� I t.IMJ/GRE I NON-MPN/DBE PROJECT NAME, Village Creel: Reclai.r.ed dater ^asterri Delive_-y _ BID DATE Systern DistribuCion Main - Part 2 City's M/WBE Project Goal: I Prime's MNVBE Project utilization: P OJEC NUMBER 18 0 1 I P275-7C5140021387 _ .... ........ ... ... ... ......... _......_---- 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 5:00 p.m. five (5) City business days after bid opening, exclusive of bid Opening date, will result in the bid being considered note -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(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 MfWBEs 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 V tier, a payment by a Subcontractor to its supplier is considered 2Id tier ALL MNVBEs 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 (1,WVBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MAYBE may lease trucks from another MM;BE firm, including M/WBE owner -operators, and receive full WWBE credit. The M/VVBE may lease trucks from non-M!VNBEs, including owner -operators, but will only receive credit for the fees and commissions earned by MIWBE as outlined in the lease agreement. ATTACHMENT 2 - AD1 Rev 5!30iO3 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) C 1-1.2 Contract Documents Cl-1 (2) C 1-1.3 Notice to Bidders Cl-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C 1-1.6 General Conditions Cl-1 (2) C 1-1.7 Special Conditions Cl-1 (2) C 1-1.8 Specifications Cl-1 (2) C1-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (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 Cl-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C 1-1.17 Director of Public Works Cl-1 (3) C 1-1.18 Director, City Water Department Cl-1 (3) C 1-1.19 Engineer Cl-1 (3) C1-1.20 Contractor C1-1 (3) C 14.2.1 Sureties Cl-1 (4) C 1-1.22 The Work or Project Cl-1 (4) C 1-1.23 Working Day Cl-1 (4) Cl-1.24 Calendar Days C1-1 (4) C1-1.25 _Legal Holidays C1-1 (4) C 1-1.26 Abbreviations Cl-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys C1-1 (5) C 1-1.29 Unpaved Streets or Alleys Cl-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C 1-1.32 Gravel Street Cl-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 C3-3 (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 C4-4 (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) C44.6 Schedule of Operation C44 (3) C44.7 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) C5-5.9 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 C51!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 Cl-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 El -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. C 1-1.6 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 C2-2.6) C1-1 (2) C1-1.10 CONTRACT: The Contract is a formal 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. C1-1.13 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. C1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 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. C1-1.19 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. C1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, ,qwp, 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 C 1-1.24 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. C 1-1.26 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 CI - 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: I . 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. Cl-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." ' C 1-1.30 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. C 1-1.32 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. C1-1 (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 oveninia of 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 OUANTITIES: 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 annroximate 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, FortWorth, 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. C2-2(3) 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 DISOUALIFICATION 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 especially 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 herein, shall be set aside and not opened. C2-2(4) PART C - GENERAL CONDITIONS ,%NEW C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have beerr 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, '-ow 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, Ao 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 EOUAL 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 -.EW' 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 ,%.r C3-3 (2) 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill Saw 344, Acts 56`h 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. NWO 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. C3-3.11INSURANCE: 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). Nkmw C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if, excavation are verformed adi scent 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, 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 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. CM (7) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C44.1 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. C4-4.2 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 Iftaw just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED OUANTITIES: 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. C44.6 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 II" sheets and at least five black or blue line prints shall be furnished to the Owner. C44.7 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. 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 I..r 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. 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 INEr, 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. C5-53 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 %*ASW 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 EOUIPMENT: 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 1-4MV 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) 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 CI-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) 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 Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be ..W C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow 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. Sucb 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) r.NO 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 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 laws, 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 �.r 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. „=P*l 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 Vs and the 5 h 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 10 h 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) N%EW 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 guarantees or other requirements of the Contract Documents which specifically continue '%M,. thereafter. C8-8.9 ADEOUACY 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 NMP' process. These shall be delivered to the Engineer upon completion of the work. C8-8(5) CS Supplementary Conditions To General Conditions Director of the Water Department one week prior to the hour for opening of bids. Information shall be on forms provided by the Bidder and acceptable to the City." ,-MEW 5. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2-2.3, Paragraph 2, add the following to the last sentence: "except for changes in the site conditions caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." 6. INTERPRETATION AND PREPARATION OF PROPOSAL: Part C - General Conditions, Section C2-2, 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 and other required material, to the Purchasing Manager or his representative at the official location and stated time set forth in 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 designated in the "Notice To Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the y Purchasing Manager cannot be withdrawn prior to the time set for the opening of 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." 7. MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Delete entire Paragraph C3-3.2, and replace with the following: "C3-3.2 MINORITY AND WOMEN BUSINESS ENTERPRISES: In a 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 Ordinance can be obtained from the Office of the City CS-2 SUPPLEMENTARY CONDITIONS FORT WORTH WATER DEPARTMENT WATER AND WASTEWATER PROJECTS October 1, 2008 1. CONTRACT DOCUMENTS: In Section C1-1.2 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) SPECIAL INSTRUCTION TO BIDDERS PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART CS- SUPPLEMENTARY CONDITIONS TEXAS WATER DEVELOPMENT BOARD SUPPLEMENTAL CONDITIONS PART D - SPECIAL CONDITIONS PART DA — ADDITIONAL SPECIAL CONDITIONS PART E - TECHNICAL SPECIFICATIONS PERMITS/EASEMENTS (Some Permits are Multicolored) PART F - BONDS AND INSURANCE PART G - CONTRACT PART H - PLANS/FIGURES (may be bound separately) White White White Canary Yellow Green Pink Green Green White White White White White" 2. DIRECTOR OF TRANSPORATION AND PUBLIC WORKS: Delete entire Paragraph C 1-1.17, and replace with the following: "C1-1.17 DIRECTOR OF TRANSPORATION 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." 3. ENGINEER: Delete entire Paragraph C1-1.19, and replace with the following: "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." 4. PROPOSAL FORM: In Section C2-2.1, Paragraph 1, delete last sentence and replace with the following: "The Bidder shall furnish a Financial Statement, Equipment Schedule, and Experience Record, all of which must be properly executed and filed with the CS-1 Secretary. The bidder shall submit the MBE/WBE SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT ,.NEW 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 the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files im 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 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 facts (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 that three (3) years." . 8. C3-3.5 AWARD OF CONTRACT: Delete first paragraph and replace with the following: "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period stated for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." 9. C3-3.7 BONDS. For the Paragraph after Paragraph C3-3.7d OTHER BONDS, which begins with "No sureties", change the entire paragraph to read as follows: "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 United 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. Each bond shall be properly executed by both the Contractor and the Bonding Company." CS-3 10. INSURANCE. Delete entire Section C3-3.11 INSURANCE, and replace with the following: "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 and certificates of Insurance shall be delivered to' the Owner (City of Fort Worth, Contract Administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, Texas 76102) prior to commencement of work on the contract project. 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. 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's liability shall not be limited to the specified amounts of insurance required herein. 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. Worker's compensation insurance covering employees in the project site shall -be of an amount not less than $500,000 each accident, $500,000 each employee for disease and a $500,000 policy limit for disease, indorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER. b. COMMERICAL GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $2,000,000 covering each occurrence/aggregate on account of bodily injury, including death, and in an amount not less than $2,000,000 covering each occurrence/aggregate on account of property damage with $2,000,000 umbrella policy coverage. 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 Commercial General Liability Policy. Endorsement removing exclusions from contractual liability coverage for operations within 50 feet of a railroad or the purchase of a Railroad Protective Liability Policy with limits of not less than $2,000,000 per occurrence and $6,000,000 aggregate. 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). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to , excavation (if excavations are performed adiacent to same). 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above -around structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). 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 indorsed 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. 7. 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). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance for injuries including accidental death to any one person on account of one accident, and automobile property damage insurance. The Comprehensive CS-5 Automobile Liability shall have a combined single limit of an amount not less than $2,000,000. 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.) 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. 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. 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. 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:VH" or equivalent measure of financial strength and solvency. i. 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 resultin a property loss. 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. k. THE FLAGGING CONTRACTOR (Herzog Transit Services, Inc.): The Contractor shall procure and maintain during the life of this Contract, Payment Bond guaranteeing the payment of flagging and other services provided by the THE flagging contractor in the amount of $10,000. The Payment Bond requirement may be waived by agreeing in writing to pre- CS-6 pay for all flagging and other services provided by Herzog Transit Services, Inc. CITY RESPONSIBILITIES. The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." 11 C3-3.13 WAGE RATES: Delete Section C3-3-13 WEEKLY PAYROLLS in its entirety and replace with C3-3-13 WAGE RATES as shown below: "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. The Contractor, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) that name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; (ii) the actual per diem wages paid to each worker. These records shall be open, all reasonable hours, for inspection by the City. The provisions of Section C8-8- 14, RIGHT TO AUDIT, pertain to this inspection. The Contractor shall include in its subcontract's and/or shall otherwise require all of its subcontractors to comply with paragraphs above. 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." 12. C4-4.3 INCREASED OR DECREASED QUANTITIES: Delete Section C44.3 and replace with the following: "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 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." 13. C4-4.5 EXTRA WORK: Delete Section C4-4.5, paragraph (c) and replace with the following: CS-7 "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." 14. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Delete Section C4-4.7 in its entirety. 15. C5-5.12 TESTING COSTS: Paragraph C5-5.12, 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 and shall be subsidiary to various items bid." 16. C6-6.1 LAWS TO BE OBSERVED: Paragraph C6-6.1, delete "or which may be enacted later by bodies having jurisdiction or authority for such enactment" and replace with the following: "at the time of the Contract or may be hereafter exist during the performance of the Contract." 17. C6-6.2 PERMITS AND LICENSES: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining all 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. Building, 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." 18. C6-6.8 BARRICADES. WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever it 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". CS-8 19. C6-6.12 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 subcontractors, licensees or invitees, whether or not anv such iniurv, dama,-e or death is caused, in whole or in Part, by the negligence or alleged neelieence 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 anv such iniury 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." 20. C6-6.21 STATE SALES TAX: Delete Paragraph C6-6.21 STATE SALES TAX in its entirety and replace with the following: !� "A. 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. B. 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 1 the Project" and "All Other Charges". The Contract shall be a "Separated Contract". CS-9 C. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. D. 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." 21. C7-7.18 AIR POLLUTION WATCH DAYS: Add the following Section C7-7.18: "C7-7.18 AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month." 22. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 SCOPE OF PAYMENT in its entirety and replace 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 CS-10 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." 23. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Delete Section C8-8.5 and replace with the following: "Partial pay estimates shall be submitted by the Contractor 5th day and the 20th day ..r of the month that work has been is in progress. The estimate shall be processed by the City on the loth 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 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 invoice 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 $400,000.00 at the execution, retainage shall be ten percent (10%). For contracts of $400,000.00 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with subcontract agreement, within five (5) business days after receipt by the Contractor of the payment by the City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. CS-11 It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of the same will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate. Payment of any partial pay estimate shall not, in any respect, be taken as an admission of the Owner of w the amount of work done or of its quality 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 partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract." 24. C8-8.10 GENERAL GUARANTY: Delete Paragraph C8-8.10 GENERAL GUARANTY in its entirety and replace 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 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 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 specification, 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." 25. C8-8.14 RIGHT TO AUDIT: Add the following Section C8-8.14: "C8-8.14 RIGHT TO AUDIT: (a) The 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 this contract, have access to and the right to CS-12 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 together with subsection (c) hereof. The City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of the 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." (5/25/93). 26. C8-8.15 SCHEDULE OF COSTS: Add the following Section C8-8.15: "C8-8.15 SCHEDULE OF 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 codes which 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 CS-13 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 I Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall Helper $10.91 Concrete Pump $20.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Drywall Taper $13.00 Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer (Resilient) f $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper I $11.25 Laborer Common I $10,27 Laborer Skilled I $13.18 Lather I $16.10 Painter $14.83 Painter Helper $8.00 Pipefitter $18.85 Pipefitter Helper I $12.83 Plasterer I $17.25 Plasterer Helper I $12.25 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 v Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 BatchingPlant Weigher $14.15 Broom or Sweeper Operator , $ 9.88 Bulldozer Operator I $13.22 Carpenter I $12.80 Concrete Finisher, Paving $12,85 Concrete Finisher, Structures $13.27 Concrete Paving Curbin,g Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12,50 Concrete paving Saw Operator $13,56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane, Clamsheli, Backhoe, Derrick, Dragline, Shovel Operator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter, Structures $11,63 Form Setter, Paving & Curb $11, 83 Foundation Drill Operator, Crawler Mounted $13.67 i Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade ' $15.20 Motor Grader Operator, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pipelayer $11,04 j Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 Roller Operator, Pneumatic, Self -Propelled $11.07 Roller Operator, Steel Wheel, Fiat Wheel/Tamping $10.92 Roller Operator, Steel Wheel, Plant Mix Pavement ( $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 f Spreader Box Operator $10.92 Tractor Operator, Crawler Type $12.60 Tractor Operator, Pneumatic $12.91 1 Traveling) Mixer Operator $12.03 Truck Driver, Lowboy -Float $14.93 Truck Driver, Single Axle, Heavy $11.47 Truck Driver, Sine Axle, Light $10.91 Truck Driver, Tandem Axle, Semi -Trailer f $11.75 Truck Driver, Transit -Mix $12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 `,,, Work Zone Barricade Servicer $10.09 levelopment Board ~ontract Conditions Development Board SUPPLEMENTAL CONTRACT CONDITIONS For Projects Funded through the Clean Water State Revolving Loan Program (ARRA) tom,, and Drinking Water State Revolving Loan Program (A]RZRA) 1A, M M SUPPLEMENTAL CONTRACT CONDITIONS CWSRF and DWSRF ARRA Table of Contents 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. Award of Contract to Nonresident Bidder 7. Bid Guarantee 8. Performance and Payment Bonds 9. Progress Payments and Payment Schedule 10. Workman's Compensation Insurance Coverage 11. Changes 12. Equal Employment Opportunity and Affirmative Action 4.3) 13. Debarment and Suspension (40 CFR 32, Appendix B) 14. Disadvantaged Business Enterprise (DBE) Requirements 15. Archeological Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18. Proiect Sign 19.Operation and Maintenance Manuals and Training 20. As -built Dimensions and Drawings 21. American Recovery and Reinvestment Act (ARRA) (41 CFR 60-1.4, 1.7, 1.8, 4.2, and Forms to be completed for submittal to TWDB if selected as the low bidder: • ARRA Davis -Bacon Certification • ARRA Buy -American Certification • ARRA Reporting Certification • DBE Forms DBE Affirmative Steps Certification and Goals (WRD-217) Prime Contractor Affirmative Steps Solicitation Report (WRD-216) ■ Loan/Grant Participation Summary (WRD-373) • 6100-2, 6100-3, 6100-4 (As Applicable) • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative (ED-104) • Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities (WRD-255) • Vendor Compliance with Non -Resident Bidder Requirements (WRD-259) • Debarment and Suspension (SRF-404) • Breakdown Lump Sum Bid (ED-102), If Applicable Construction Contract Supplemental Conditions Conditions: 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. In particular ARRA conditions supersede 2. 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 parry to this contract or any lower tier contract. This contract is subject to applicable provisions"331 TAC Chapter 375 and 371 as applicable and as in effect on the date of the assistance award for this project. 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. 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. 4. 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. 5. 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 10 with respect to the work will be given to the Contractor only by the Owner through authorized N"r representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 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. 7. BID GUAR_A-NTEE 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. 8. 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. 9. 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 11 established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c) Progress Payments Contractor must submit with each pay request the "Statement of Compliance Certification by Contractor for ARRA Davis -Bacon Requirements" (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 Owner is not legally exempted from the condition (i.e certain types of water districts). The ONvner 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 12 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. (e) 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. (f) 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 under 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. 10. 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. (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. 13 (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. 11. 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 des bans);dJ& (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. 14 (e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the %Nr 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. 12. 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. 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. The Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities ()WRD-255) must be submitted with the bid. 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 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. 15 -(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 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 16 (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. 13. 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. 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 13.1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 13.2. 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. 13.3. 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. 13.4. 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. 13.5. 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 r17 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. 13.6. 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. 13.7. 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. 13.8. 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. 13.9. 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. 14. DISADVANTAGED BUSINESSES ENTERPRISES - This provision applies to all ARRA 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: 18 CATEGORY MBE WBE CONSTRUCTION 34.8% 6.7% SUPPLIES 9.7% 5.2% EQUIPMENT 7.2% 4.1 % SERVICES 16.1 % 21.3% 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 in the Texas Water Development Board LoanlGrant Participation Summary, TWDB document WRD-373 and provide sufficient documentation (TWDB WRD-216) that a "good faith effort" was made in offering fair opportunity for participation by qualified DBE firms. These forms are included in the TWDB Disadvantaged Business Enterprise Program Guidance included herein. 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 (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 TWDB Disadvantaged Business Enterprise Program Guidance. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women -Owned Business Participation. F. 19 15. 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 12.276, 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. 16. 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. 17. 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. 20 18. 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. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment famished 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. (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. 21 M Il (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. 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. 21. AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) Issues related to the ARRA are covered in the separate document attached following the Construction Contract Supplemental Conditions 22 Created 6/8/09 ARRA SUPPLEMENTAL CONTRACT CONDITIONS STATE REVOLVING FUND FOR ARRA'S BUY AMERICAN, DAVIS-BACON, & REPORTING REQUIREMENTS Texas Water Development Board — June 2009 I. Introduction This compliance checklist contains explanations, required contract conditions, required bid solicitation language and a sample certification form for Clean Water State Revolving Fund (CWSRF) and Drinking Water State Revolving Fund (DWSRF) projects that are funded in whole or in part with funds from the American Recovery and Reinvestment Act ("ARRA", or "Recovery Acf') of 2009. This checklist addresses three of the most important ARRA requirements — the Buy American, Davis -Bacon, and- Reporting requirements. TWDB/EPA MAKE NO CLAIMS REGARDING THE LEGALITY Or THIS DOCUMENT WITH RESPECT TO STATE OR LOCAL LAW. IT IS IMPERATIVE THAT ANY PARTY INSERTING THIS DOCUMENT INTO A CONTRACT VERIFY THAT IT IS LEGAL AND ENFORCEBLE ACCORDING TO STATE AND LOCAL LAWS, REGULATIONS AND ORDINANCES: H. Projects funded in whole or in part with ARRA funds must comply with: • Wage Rate Requirements (Davis -Bacon Act) under Section 1606 of ARRA; • Buy American Requirements (for iron, steel and manufactured goods) under Section 1605 of ARRA; and * Reporting and Registration Requirements under Subtitle A, "Transparency and Oversight Requirements", of ARRA, and other federal and state laws. III. U.S.'EPA Office of Inspector General Section 1514 and 1515 of ARRA gives the federal Environmental Protection Agency (EPA) Office of Inspector General (OIG) responsibility for review of ARRA funded projects and provides authority to examine all records of the borrower including contracts or subcontracts and anyone else involved in the project. Project bid solicitations, RFPs, and project contracts must include a requirement that all contractors and sub -contractors "shall promptly refer to an appropriate inspector general any credible evidence that a principal, employee, agent, contractor, sub -grantee, subcontractor, or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving those funds. Contractors and sub -contractors shall furnish to the EPA Office of Inspector General any information or records requested by that office." OIG's hotline for reporting fraud, waste and abuse is 1-888-546-8740. IV. Pursuant to ARRA, Applicants must comply with the following three covenants: 23 1. Prevailing Wanes - Section 1606 ofARRA: Notwithstanding any other provision of law and in a manner consistent with other provisions in ARRA, all laborers and mechanics employed by contractors and sub -contractors on projects funded directly by or assisted in whole or in part by and through the federal government pursuant to ARRA shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter 1V of chapter 31 of title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C.App.) and section 3145 of title 40, United States Code. The purpose of this requirement is to apply Davis -Bacon Act wage rules to all assistance agreements made in whole or in part with funds appropriated under ARRA. The Department of Labor provides all pertinent information related to compliance with labor standards, including prevailing wage rates and instructions for reporting. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis -Bacon contract clauses set forth in that section. Required Davis -Bacon (Federal Prevailing Wages) Actions for Applicants: • Applicant wage decisions must be included in the bidding and contract documents. Applicants should obtain federal Wage Determinations online: htti)://www.wdol.izov/ • All construction, alteration, repair (including painting and decorating) contracts and subcontracts in excess of $2,000 funded with ARRA funds must include the standard Davis -Bacon contract clauses found in 29 CFR 5.5(a) (APPENDIX 1) • Post the required Poster (WH 1321) and applicable wage rates at the construction site: h"://www.dol.gov/esa/whd/Drograms/dbra/whl321.htm • Use either the DOL Payroll Form WH 347 and weekly Statement of Compliance or a payroll form with all of the same data elements as the DOL Payroll Form WH347 and a separate Statement of Compliance. Payroll Form WH347: httD://www.dol.Lyov/esa/whd/Dro2rams/dbra/wh"347.htm • Applicants should use the attached bid solicitation (APPENDIX 2) and contract term (APPENDIX 1) documents Additional Davis -Bacon Resources: • The U. S. Department of Labor implementing regulations at 29 CFR Part 1, 29 CFR Part 3 and 29 CFR Part 5 are available at: www.dol.Lrov/esa/whd/reg-librarv.htm#1 • Federal Register Notice Vol. 73, No 245, Friday December 19, 2008 Page 77511-77512 amending 29 CFR Part 3 and Part 5 • U. S. Department of Labor — Wage & Hour Division Home Page: httu://www.dol.2ov/esa/whd/Dro-rams/dbra/index.htm • Davis -Bacon Act: htti)://www.dol.gov/esa/whd/t)roerams/dbra/whatdbra.htm • FAQs: httn://www.dol.izov/esa/whd/t)rograms/dbra/facis.htm 24 WHEN AVAILABLE FROM EPA, ADDITIONAL INFORMATION WILL BE PROVIDED ON DAVIS-BACON REPORTING AND MONITORING. 2. Buv American: American Iron. Steel. and Manufactured Goods - Section 160.5 ofARRA: None of the appropriated funds may be used for the construction, alteration, maintenance or repair of a public building or public work unless all of the iron, steel, and manufactured goods used in the project is produced in the United States unless (i) a waiver is provided to the recipient by the United States EPA or (ii) compliance would be inconsistent with United States obligations under international agreements. In order to receive a waiver, the applicant must send a written request to EPA. A contractor may only avoid the Buy American provision if the contractor receives a written waiver from the United States EPA in advance. A decision will be made based on the following criteria: the requirement is inconsistent with the public interest for purposes of the project for which a waiver has been requested; iron, steel, and necessary manufactured goods are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or inclusion of iron, steel, and manufactured goods produced in the United States will increase the overall cost of the project by more than 25 percent. Under ARRA, a "manufactured good" means a good brought to the construction site for incorporation into the building or work that has been—(i) Processed into a specific form and shape; or (ii) Combined with other raw material to create a material that has different properties than the properties of the individual raw materials. Under ARRA, "public building and public work" means a public building of, and a public work of, a governmental entity. These buildings and works may include, without limitation, bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, pumping stations, heavy generators, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals, and the construction, alteration, maintenance, or repair of such buildings and works. Under ARRA, "steel" means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. The Clean Water State Revolving Fund and Drinking Water State Revolving Fund must follow the EPA Guidance on Buy American included in the EPA Memorandum ARRA 09-1 dated April 28, 2009 (httn://www.er)a.Lyov/water/enarecoverv/docs/04-29-2009 BA waiver_nrocess final.ndf). The EPA memorandum includes definitions, required contract conditions, a sample contractor certification and a waiver process for Buy American for the State Revolving Funds. Additional information can be found in the Office of Management and Budget regulations (2 CFR Part 176, Subpart B, available at httD://edocket.access.ano.eov/2009/E9-9073.htm). PLEASE NOTE that TWDB will not award a contract for any project that requests a waiver from EPA until the EPA decision on the waiver request is made. Applicants must include Buy American provisions in bid documents (APPENDIX 5) and in contracts: Buy American contract clause requirements (APPENDIX 3) 25 I'l American bidder and sample contractor certification (APPENDIX 4) 3. Section 1 512 — Reporting and Registration Reauirements: In order to meet its reporting requirements under ARRA, the Federal Funding Accountability and Transparency Act of 2006, the Government Funding Transparency Act of 2008 ("2008 Act"), and state law, TWDB is required to collect specific project and applicant information from award recipients, who in turn must collect information from contractors and subcontractors. Funding recipients will be required to provide weekly and quarterly reports of data elements specified by TWDB. It is the award recipient's responsibility to ensure that it collects all the information TWDB requests to satisfy. federal and state reporting requirements. Texas award recipients should remember to include terms in all project bid solicitations, RFPs and project contracts that mandate contractor and subcontractor compliance with ARRA, federal, and state reporting requirements. Applicants must include Reporting Requirement provisions in bid solicitations (APPENDIX 7) and in contracts (APPENDIX 6). Pursuant to Federal Funding Accountability and Transparency Act (FFATA) and ARRA, the Applicant must: • Obtain a Data Universal Numbering System (DUNS) number that represents a universal identifier for all federal funding assistance. DUNS numbers can be obtained from Dun and Bradstreet at httD://fedizov.dnb.com/webform/; and Register with the Central Contractor Registration (CCR) and maintain current registration at all times during which the project is active or under consideration for ARRA funds. Register at httD://www.ccr.Lyov/. V. Additional Covenants: All ARRA State Revolving Fund Applicants agree to make any additional covenz order to comply with all federal law requirements, including, but not limited to, tl set forth under ARRA, federal and state law. FAILURE TO COMPLY WITH ALL OF THE REQUIREMENTS AND TO MAKE ALL I AS LISTED IN THIS GUIDANCE, WILL RESULT IN FORFEITURE OF ALL FEDERA] FUNDING. 26 APPENDIX 1 Mandatory Davis -Bacon Contract Conditions Texas Water Development Board - ARRA Funded Project PLEASE NOTE: This laneuaQe must be included in all Davis -Bacon covered construction contracts and subcontracts. (29 CFR Part 5.5). (a) The Agency head shall cause or require the contracting officer to insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in Sec. 5.1, the following clauses (or any modifications thereof to meet the particular needs of the agency, Provided, That such modifications are first approved by the Department of Labor): (1) Minimum wages (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at. the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The 27 contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act must have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding The 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 the contractor under this G f. 28 contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3.) Payrolls and basic records (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs . anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis- Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of -apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the OWNER if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the OWNER. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current 29 address of each covered worker, and shall provide them upon request to the applicant, Iftow sponsor, or owner, as the case may be, for transmission to the applicant, sponsor, or owner, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under Sec. 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under Sec. 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the OWNER or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant %%W,, to 29 CFR 5.12. 30 (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In, addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for 31 less than full fringe benefits for apprentices. Any employee listed on the payroll at a traineer rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal -employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor'(or any of its subcontractors) and the contracting agency, the U.S.. Department of Labor, or the employees or their representatives. (10) Certification of eligibility (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of .%W: a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 32 (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. (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 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 security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or 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 OWNER and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. I have read the above and I hereby certify that I will comply with the "Mandatory Davis -Bacon Contract Conditions". Nxime of Contractor 6kW2 Signature and Title and Date The following form must be completed by the contractor and submitted with each payment request to the owner for ARRA fmancing: 34 Iftbw STATEMENT OF COMPLIANCE CERTIFICATION BY CONTRACTOR for ARE Davis -Bacon Requirements In accordance with Title 29 CFR 5.5 each monthly engineering estimate must be accompanied the following certificate executed by each prime contractor employing mechanics and laborer: the work site in which the federal government is to participate: Estimate Number: for the period Name of Project: Contract Number: TWDB ARRA Project No.: to Location: Date Contract Awarded: Date I hereby certify that all of the contract requirements in Appendix 1 "Mandatory Davis -Bacon Contract Conditions" have been complied with by: as principal contractor and by each subcontractor (Name of Contractor) employing mechanics or laborers at the site of the work, or there is a substantial dispute with respect to the required provisions. Notes: Name and Contractor/Subcontractor Signature and Title 1. This certification may be placed on the estimate or on a separate sheet attached to the estimate. 2. The Texas Water Development Board shall, prior to approving a voucher, satisfy itself that copies of these certificates are on file with the Owner. 35 APPENDIX 2 Mandatory Davis -Bacon Bid Solicitation and RFP Language Texas Water Development Board — ARRA-Funded Project This lanauaQe must be included in all ARRA moiect bid solicitations and RFPs: (a) Section 1606 of ARRA requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3, and 5 to implement the Davis -Bacon and related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis -Bacon contract clauses set forth in that section. Federal agencies providing grants, cooperative agreements, and loans under the Recovery Act shall ensure that the standard Davis -Bacon contract clauses found in 29 CFR 5.5(a) are incorporated in any resultant covered contracts that are in excess of $2,000 for construction, alteration or repair (including painting and decorating). (b) For additional guidance on the wage rate requirements of section 1606, contact your awarding agency. Recipients of grants, cooperative agreements and loans should direct their initial inquiries concerning the application of Davis -Bacon requirements to a particular federally assisted project to the Federal agency funding the project. The Secretary of Labor retains final coverage authority under Reorganization Plan Number 14. APPENDIX 3 Buy American Contract Language (from EPA Memorandum dated April 28, 2009 ARRA 09-01) Texas Water Development Board - ARRA Funded Project The Contractor acknowledges to and for the benefit of the City of ("Purchaser") and the Texas Water Development Board (the `Board") that it understands the project, goods and services under this Agreement (collectively, the "Project") are being funded, in whole or in part, with monies made available by the federal American Recovery and Reinvestment Act of 2009 ("ARRA") and ARRA contains provisions commonly known as `Buy American" which require that all of the iron, steel, and manufactured goods used in the Project be produced in the United States ("Buy American Requirements") including all iron, steel, and manufactured goods provided by the Contractor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the Board that (a) the Contractor has reviewed and understands the Buy American Requirements, and (b) all of the iron, steel, and manufactured goods used in the Project will be and/or have been produced in the United States in a manner that complies with the Buy American Requirements, unless a waiver of the requirements is approved by the federal Environmental Protection Agency. The Contractor agrees to provide to the Purchaser and the Board any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the Buy American Requirements, as may be requested from time to time by the Purchaser or the Board. Notwithstanding any other provision of this Agreement, any failure of the Contractor to comply with this paragraph shall permit the Purchaser or the Board to recover as damages against the Contractor any loss, expense or cost (including without limitation reasonable attorneys' fees) incurred by the Purchaser or the Board resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the Board or any damages owed to the Board by the Purchaser). While the Contractor has no direct contractual privity with the Board, the Purchaser and the Contractor agree that the Board, as a lender to the Purchaser for the funding of the Project, is a third party beneficiary of the provisions contained in this paragraph and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph effect) may be amended or waived without the prior written consent of the Board. 37 APPENDIX 4 Buy American Contractor Certification (From the EPA Memorandum dated April 28, 2009, ARRA 09-01) Texas Water Development Board- ARRA Funded Project 1. Identification of American -made Iron, Steel, and Manufactured Goods: Consistent with the terms of the Purchaser's bid solicitation and the provisions of ARRA Section 1605, the Bidder certifies that this bid reflects the Bidder's best, good faith effort to identify domestic sources of iron, steel, and manufactured goods for every component contained in the bid solicitation where such American -made components are available on the schedule and consistent with the deadlines prescribed in or required by the bid solicitation. 2. Verification of U. S. Production: the bidder certifies that all components contained in the bid solicitation that are American -made have been so identified, and if this bid is accepted, the Bidder agrees that it will provide reasonable, sufficient, and timely verification to the Purchaser of the U.S. production of each component so identified. 3. Documentation Regarding Non -American —made Iron, Steel, or Manufactured Goods: The bidder certifies that for any component or components that are not American -made and are so identified in this bid, the Bidder has included in or attached to this bid one or both of the following as applicable: a. Identification of an citation to a categorical waiver published by the U.S. Environmental Protection Agency in the Federal Register that is applicable to such components or components, and an analysis that supports its applicability to the component or components; b. Verifiable documentation sufficient to the Purchaser, as required in the bid solicitation or otherwise, that the Bidder has sought to secure American -made components but has determined that such components are not available on the schedule and consistent with the deadlines prescribed in the bid solicitation, with assurance adequate for the Bidder under the applicable conditions stated in the bid solicitation or otherwise. 4. Information and Detailed Justification Regarding Non -American -Made Iron, Steel, or Manufactured Goods: The Bidder certifies that for any such component or components - that are not so available, the Bidder has also provided in or attached to this bid information, including but not limited to the verifiable documentation and a full description of the bidder's efforts to secure any such American - made component or components, that the Bidder believes are sufficient to provide and as far as possible constitute the detailed justification required for a waiver under section 1605 with respect to such component or components. The Bidder further agrees that, if this bid is accepted, it will assist the Purchaser in amending, supplementing, or further supporting such information as required by the Purchaser to request and, as applicable, implement the terms of a waiver with respect to any such component or components. I have read the above and I hereby certify that I will comply with the above Buy -American provisions. Name of Contractor Signature and Title and Date 38 APPENDIX 5 Mandatory "Buy American" Bid Solicitation and RFP Language Texas Water Development Board — ARRA-Funded Project This lanQuaae must be included in all ARRA nroiect bid solicitations and RFPs: (a) Definitions. Manufactured good, public building and public work, and steel, as used in this notice, are defined in the 2 CFR 176.140. (b) Requests for determinations of inapplicability. A prospective applicant requesting a determination regarding the inapplicability of section 1605 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5) (Recovery Act) should submit the request to the award official in time to allow a determination before submission of applications or proposals. The prospective applicant shall include the information and applicable supporting data required by paragraphs at 2 CFR 176.140(c) and (d) in the request. If an applicant has not requested a determination regarding the inapplicability_ of 1605 of the Recovery Act before submitting its application or proposal, or has not received a response to a previous request, the applicant shall include the information and supporting data in the application or proposal. (c) Evaluation of project proposals. If the Federal Government determines that an exception based on unreasonable cost of domestic iron, steel, and/or manufactured goods applies, the Federal Government will evaluate a project requesting exception to the requirements of section 1605 of the Recovery Act by adding to the estimated total cost of the project 25 percent of the project cost, if foreign iron, steel, or manufactured goods are used in the project based on unreasonable cost of comparable manufactured domestic iron, steel, and/or manufactured goods. d) Alternate project proposals. (1) When a project proposal includes foreign iron, steel, and/or manufactured goods not listed by the Federal Government at 2 CFR 176.140(b)(2), the applicant also may submit an alternate proposal based on use of equivalent domestic iron, steel, and/or manufactured goods. (2) If an alternate proposal is submitted, the applicant shall submit a separate cost comparison table prepared in accordance with 2 CFR 176.140(c) and (d) for the proposal that is based on the use of any foreign iron, steel, and/ or manufactured goods for which the Federal Government has not yet determined an exception applies. (3) If the Federal Government determines that a particular exception requested in accordance with 2 CFR 176.140(b) does not apply, the Federal Government will evaluate only those proposals based on use of the equivalent domestic iron, steel, and/or manufactured goods, and the applicant shall be required to furnish such domestic items." 39 APPENDIX 6 Reporting Requirements Contract Language Texas Water Development Board - ARRA Funded Project (a) The Contractor acknowledges to and for the benefit of the City of ("Purchaser") and the Texas Water Development Board (the `Board") that it understands the project, goods and services under this Agreement (collectively, the "Project") are being funded, in whole or in part, with monies made available by the federal American Recovery and Reinvestment Act of 2009 ("ARRA") and ARRA contains reporting provisions ("Reporting Requirements") under Section 1512(c) which require award recipients to report on the financial status and performance of their .projects on a weekly and quarterly basis. The Reporting Requirements include reporting on the performance of all first -tier contracts and grants awarded for the project, with special consideration given to estimating the number of jobs created and the number of jobs retained by the activity. (b) Contractors must maintain current registrations in the Central Contractor Registration (www.ccr.2ov) at all times during which they have active federal awards funded with ARRA funds. A Dun and Bradstreet Data Universal Numbering System (DUNS) Number (www.dnb.com) is one of the requirements for registration in the Central Contractor Registration. The Contractor will furnish all information and reports required by federal and state law above and I hereby certify that I will comply with the "Reporting Requirements age". 1Co.. Le Name of Contractor Signature and Title and Date 40 APPENDIX 7 Mandatory Reporting Requirements Bid Solicitation and RFP Language Texas Water Development Board — ARRA-Funded Project This language must be included in all ARRA Droiect bid solicitations and RFPs: The Federal Funding Accountability and Transparency Act of 2006, the Government Funding Transparency Act of 2008 ("2008 Act"), and Section 1512(c) of ARRA require periodic reporting of project information. Applicants must report on the financial status and performance of their projects on a weekly and quarterly basis. The Reporting Requirements include reporting on the performance of all first -tier contracts and grants awarded for the project, with special consideration given to estimating the number of jobs created and the number of jobs retained by the activity. Applicants must require contractors,to obtain a Dun and Bradstreet Data Universal Numbering System Number and maintain current registration in the Central Contractor Registration. Applicants must agree to furnish all information and reports required by federal and state law. and must agree to reauire all contractors to furnish information needed for reporting DBE FORMS 42 Texas Water Development Board Clean Water and Drinking Water State Revolving Funds Disadvantaged Business Enterprise Program (DBE) Guidance to Loan Recipients The Texas Water Development Board's (TWDB) Clean Water and Drinking Water State Revolving Fund programs receive federal funds from the U.S. Environmental Protection Agency (EPA). These funds are used to provide low interest rate loans to finance wastewater and drinking water capital projects. As a condition of federal grant awards, EPA regulations require F that loan recipients (municipalities, towns, public water authorities, etc.) and sub -recipients (prime contractors and sub -contractors) make a "good faith effort" to award a fair share of work to DBE's who are small business enterprises (SBE's), minority business enterprises (MBE's), and women -owned business enterprises (WBE's) whenever procuring construction, supplies, services, and equipment. The DBE Program is an outreach, education, and goal oriented program designed to increase the participation of DBE's in procurements funded by EPA assistance agreements. In addition, EPA regulations require evidence of the demonstration of the "Six Affirmative Step Six Affirmative Stew 1. Include qualified DBEs on solicitation lists; 2. Solicit potential DBEs whenever they are potential sources; 3. Reduce contract size or quantities when economically feasible, to permit maximum -J"q participation of DBEs; 4. Establish delivery schedules to encourage participation by DBEs; 5. Use the services and assistance of the EPA, Small Business Administration, U.S. Department of Transportation, or by state, local, Tribal, or private entities whose certification criteria match EPA's; 6. Require Prime Contractors to follow steps 1— 5 when awarding subcontracts or sub - agreements. EPA's DBE program rule applies to contract procurement actions funded in part by EPA assistance agreements awarded after May 27, 2008. There are three (3) new forms that must be completed and submitted with bid proposals: New Forms Instructions 6100-2 — DBE Subcontractor Participation Form — Loan recipient must ensure that Prime Contractor receives this form to give to all DBE Subcontractors to report any concerns regarding an EPA — funded project (i.e. reason for termination by Prime Contractor, late payment, etc.). This form should be filled out only when necessary, and forwarded directly to: Debora N. Bradford Small and Disadvantaged Business Coordinator Procurement Section (6MD-CP) EPA, Region 6 1445 Ross Avenue Dallas, Texas 75202-2733 43 a 6100-3 — DBE Subcontractor Performance Form — Prime Contractor and each subcontractor must complete and submit this form (and other required TWDB WRD Forms) with your bid or proposal package. This form should reflect the work or services being provided to Prime Contractor as well as the cost. Also indicate whether the Subcontractor is currently certified as an MBE or WBE under EPA's DBE Program. 6100-4 — DBE Subcontractor Utilization Form — Loan recipient must complete and have Prime Contractor list each DBE Subcontractor on this form (and other required TWDB WRD Forms) and submit with your bid or proposal package. List all Subcontractors being used on project, type of work, estimated cost, and if they are currently certified as an MBE or WBE under EPA's DBE Program. Undated WRD Forms All WRD Forms (215, 216, 217, and 373) have been updated as of 02/09. Please do not use an earlier, version of these forms; they will not be accepted. Also, form WRD-218 for Self - Certification of SBE's, MBE's, and WBE's is no longer applicable. Do not use this form. Disadvantage Business Enterprises (MBEs and WBEs) must be certified by state, local, Tribal, or private entities whose certification criteria match EPA's. In section D (Program Type) of the WRD Forms, two new boxes have been added: Drinking 14-01 Water SRF/ARRA Funds and Clean Water SRF/ARRA Funds. These boxes are associated with the American Recovery and Reinvestment Act Funds, otherwise known as "Stimulus Funding" for Drinking Water State Revolving Fund — Water Projects, and Clean Water State Revolving Fund — Wastewater Projects. Insert and "X" in the box(es) that apply to your project. All of the aforementioned forms (6100-2, 6100-3, 6100-4, and WRDs 215, 216, 217, and 373) are available on TWDB's website for your convenience. Please download and save these forms onto your computer. TWDB encourages tuned forms to be submitted, instead of handwritten forms. hfD://www.twdb.state.tx.us/publications/forms manuals/SMWBE.As If you have any questions or need assistance, please contact Otis Williams at (512) 463-1878; or by email at: otis.williams@twdb.state.tx.us 44 Texas Water Development Board Disadvantaged Business Enterprise (DBE) Program Tips for Achieving a Good Faith Effort in Procurement To assist entities identify, include, and utilize qualified Disadvantaged Business Enterprises (DBEs), applicants and prime contractors are encouraged to refer to the following list of resources made available on a local, statewide, and national level. Resources for identifying DBE's: ♦ Texas Procurement and Support Services (TPASS) Centralized Master Bidders List (CMBL) & Historically Underutilized Business (HUB) Search - The CMBL & HUB Search is a statewide database managed by the TPASS. This database contains contact information on all vendors registered to do business with the State, including TPASS-certified HUB vendors. The CMBL & HUB search is an online system available to the public free of charge. htto://www.coa.state.tx.us/cmbl/cmblhub.html ♦ Texas Department of Transportation - Disadvantaged Business Enterprise Directory httD://www.dot.state.tx. us/business/tucoinfo. htm ♦ The City of Houston - Minority, Women -Owned, and Disadvantaged Business Directory htto://houston.mwdbe.com/FrontEnd/VendorSearchPublic.asr)?TN=Houston Diversitv ♦ The City of Austin - Minority Vendor List htto:l/www.ci.ausfn.tx.us/Durchase/ou vendor intro.htm ♦ Small Business Administration's -Dynamic Small Business Search - SBA-DSBA is an Internet -based system that allows applicants and prime contractors to search for small, minority and women -owned businesses in their area. httD://dsbs.sba.aov/dsbs/dso dsbs.cfm ♦ Other Minority & Women Business Organizations that you can contact directly to obtain a list of qualified vendors for your procurement opportunity: American Indian Chamber of Commerce of Texas Website: www.aicct.com Contact: Diana Woodward Email: dwoodward(a.aicct.com Phone: 817-429-2323 Fax: 817-451-3 575 Southwest Minority Supplier Development Council Website: www.smsdc.oro Contact: Name: Jennifer Mort Texas Association of Historically Underutilized Businesses Website: www.texashubs.orq Contact: Roy Mata Email: rmata@tgsaustin.com, info@texashubs.org Phone: 512-220-4293 Fax: 512-288-9121 Women's Business Council — Southwest Website: www.wbcsouthwest.oro Contact: Emilia Menthe, Candy Briggs 45 ail: jennifer@smsdc.org one: 512-386-8766 Dallas/Fort Worth Minority Business Development Council )site: www.dfwmbdc.com t-ontact: Andrew Nash Email: business@dfwmbc.com Phone: 214-630-0747 Fax: 214-637-2241 Options for announcing your solicitation: Email: ementhe@wbcsouthwest.org, ewilliams@wbcsouthwest.org Phone: 817-299-0566 Women Contractors Association Website: httr)://www.wome n co n tractors. o ro / Contact: Cherri Morris Email: director@womencontractors.org Phone: 713-807-9977 Fax: 713-807-9917 ♦ Direct Communication - Contacting potential bidders by direct communication can include but are not limited to correspondence by letter, facsimile, telephone, or email. Applicants and prime contractors are required to provide copies of outreach letters, mailing lists, telephone, fax, and email tracking logs. ♦ Small Business Administration's (SBA) Sub -Net - Sub -Net is an Internet -based system that allows applicants and prime contractors to post their procurement opportunities online. Access to the database is free to government agencies and contractors, and is an excellent resource for soliciting DBE's for your project. The Sub -Net database can be accessed at. httoJ/web.sba.00v/subnet ♦ Newspaper Advertisements -The posting of applicable project procurement opportunities should be done in accordance with the notice requirements of state law on competitive bidding, where applicable. There are specific laws governing each type of entity. For example, two important provisions of state law governing municipalities require: 1. The notice should be published once a week for two consecutive weeks in a newspaper published in the municipality. If no newspaper is published in the municipality, the notice must be posted at the city hall for 14 days before the date set to publicly open the bids and read them aloud; 2. The date of the first publication should be BEFORE the 14t" day of the date set to publicly open the bids. *** Please consult your legal counsel for speci is laws governing your entity. *** I Pertinent Ian ua a that needs to appear within the text of the solicitation includes: A. This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). B. Any contract or contracts awarded under this Invitation for Bid (IFB) or Request for Qualifications (RFQ) are expected to be funded in part by a loan from the TWDB. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this IFB, RFQ, or any resulting contract. 46 C. This contract is subject to the Environmental Protection Agency's (EPA) "fair share policy", which includes EPA -approved "fair share goals" for Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) firms in the Construction, Supplies, Equipment, and Services procurement categories. EPA's policy requires that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, and procurements to Small Minority and Women -Owned Business Enterprises. Although EPA's policy does not mandate that the fair share goals be achieved, it does require applicants and prime contractors to demonstrate us of the six affirmative steps. The current fair share goals for the State of Texas are as follows: CATEGORY [VIBE WBE CONSTRUCTION 34.8% 6.7% SUPPLIES 9.7% 5.2% EQUIPMENT 7.2% 4.1 % SERVICES 16.1% 21.3% D. 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. Small, minority, and women -owned business enterprises are encouraged to respond. 47 Texas Water Development Board (TWDB) Disadvantaged Business Enterprise (DBE) Review Useful Information for Completing & Submitting DBE Forms Item 1 is required to be submitted once with the LOAN APPLICATION and must be approved by the DBE Coordinator PRIOR to obtaining a TWDB funding commitment. Item Form Responsible Party Purpose of Form Establishes the Applicant/Entity's understanding of federal guidelines and certifies their willingness to comply with EPA's "Good Faith Effort" policy in all project WRID d for h federal loan proceeds. 215 Applicant/Entity Only procuremDescribes ethe mnts aximum tpotential Minority Business Enterprise/Women-Owned Business Enterprise (MBE/WBE) procurement opportunities using the pre- established goals. Items 2, 3, & 4 are required to be submitted once with the LOAN APPLICATION for those Applicants who procure Bond Counsel, Financial Advisor, and Engineer professional services and intend to fund those services with federal loan proceeds . Item Form Responsible Party 2 WRI Applicant/Entity Only WRD Prime Contractor(s) Only 217 4 R Applicant/Entity 373 Purpose of Form Identifies who was solicited and how the solicitation was conducted. Must include the appropriate backup documentation such as newspaper advertisements, mailouts/letters, web postings, phone/fax logs etc. Establishes the Prime Contractor's understanding of federal guidelines and certifies their willingness to comply with EPA's "Good Faith Effort" policy in all project procurements paid for with federal loan proceeds. Describes the maximum potential MBE/WBE subcontracting opportunities using the pre -established goals. Describes all contracts actually awarded by the Applicant/Entity and/or Prime Contractor. Should include adequate backup documentation to confirm Small Minority and Women -Owned Business Enterprises (SMWBE) status, where applicable. Items 5, 6, 7, 8, 9 & 10 are required to be submitted for contracts which could be awarded during the planning, design & construction phases of the project. This applies to all contracts awarded by the applicantientity, as well as subcontracts awarded by prime contractors. Item Form Responsible Party 5 WRD Applicant/Entity & 216 Prime Contractor 6 WRD Prime Contractor(s) 217 Only Purpose of Form Identifies who was solicited and how the solicitation was conducted. Must include the appropriate backup documentation such as newspaper advertisements, mailouts/letters, web postings, phone/fax logs etc. Establishes the Prime Contractor's understanding of federal guidelines and certifies their willingness to comply with EPA's "Good Faith Effort" policy in all project procurements paid for with federal loan proceeds. Describes the maximum potential MBEM/BE subcontracting opportunities using the pre- established goals. 48 SRF Applicant/Entity & Describes all contracts actually awarded by the Applicant/Entity 7 373 Prime Contractor and/or Prime Contractor. Should include adequate backup documentation to confirm SMWBE status, where applicable. DBE Applicant/Entity & Loan recipient must ensure that Prime Contractor receives this 8 6100-2 Prime Contractor form to give to all DBE Subcontractors to report any concerns F regarding an EPA -funded project (i.e., reason for termination by Prime Contractor, late payment, etc.). This form should be filled out only when necessary, and forwarded directly to: Debora N. Bradford, Small and Disadvantaged Business Coordinator- Procurement Section (6MD-CP) - EPA, Region 6; 1445 Ross Avenue Dallas, Texas 75202- 2733 Complete and submit this form with your bid or proposal DBE Prime Contractor(s) & package. This form should reflect the work or services being 9 6100-3 Subcontractor (s) provided as well as the cost. Also indicate whether the Subcontractor is currently certified as an MBE or WSE under EPA's DBE Program. Loan recipient must complete and have Prime Contractor list 10 DBE Applicant/Entity & each DBE Subcontractor on this form and submit with your bid or 6100-4 Prime Contractor proposal package. List all Subcontractors being used on the project, type of work, estimated cost. Indicate if the Subcontractor is currently certified as an MBE or WBE under EPA's DBE Program. TWDB Contact Information Contact: Otis Williams Email: Otis. Williams(cDtwdb.state.tx.us Phone: 512.463.1878 Fax: 512.475-3009 r. 49 *411111111111, TEXAS WATER DEVELOPMENT BOARD (TWDB) APPLICANT/ENTITY AFFIRMATIVE STEPS CERTIFICATION and GOALS — ----------------------- ---------------- ' I WRD-215 I -- - -- — - ---- -------- I. PROJECT INFORMATION — —� A TWDB B. Applicant/Entity C. Loan/Grant D. Program Type Project No. Name Amount (insert "x" for an that apply) �n Drinking Water SRF (bWSRF) Clean Water SRF (CWSRF) Coionia Wastewater (CWTAP) Drinking Water SRFIAmerican Reinvestment and RecoveryAct (ARRA) Funds Clean Water SRF/ARRAfunds 11. GOOD FAITH EFFORT(Applicable to80PRUEContracts Awarded bythenpplicaru/Entity) I understand that it is my responsibility to comply with all state and federal regulations and guidance in the utilization of Small, Minority, Women -Owned and Small Businesses in Rural Areas, in procurement 1 certify that I will make a "good faith effor ' 1. Including qualified SBE, MBE, WBE and SBRAs on procurement solicitation lists; ' 2.'Soliciting potential SBE, MBE, WBE and SBRAs; 3. Reducing contract size/quantities, when economically feasible, to permit maximum participation by SBE, MBE, WEE and SBRAs; 4.,Establishing delivery schedules to encourage participation by SBE, MBE, WBE and SBRAs; S.'Using the services and assistance of the Small Business Administration, Minority Business Development Agency, U.S. Department of Commerce, Texas Marketplace; 6.�Requiring all PRIME contractors to follow steps 1-5 of the "good faith effort" in employing SBE, MBE, WBE and SERA Subcontractors; Signature - ApplicantifEntity, Representativo Title Certification Date l III. PROJECT PARTICIPATION ESTIMATES (Demonstrates maximum potential for MBE/WBE participation, based on total loan/gr. Total Procurement Potential MBE Participation Potential WEE Participation Cost Category Total Goal Extension Goal Extension Construction $ - 34.8% $ - 6.7% $ - Supplies $ - 9.7% $ - 5.2% $ - Equipment $ -� 7.2% $ - 4.1% $ - Services $ -I 16.1% $ - 121.3% $ - *Other Issuance Costs (rot subject to Miroritywoorn $ - NIA N/A OvA ed oqy Ws Enterorise eoalsl Total Procurement $ _ I $ _ I $ _ (runt equal IoaNgrmt w owd) IV. TWD13 APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date 'Other ISSUANCE costs can include: origination fees; bond insurance; land/easement/right-of-way; attorney general fee; paying agent fee or other non -bid project costs. 50 Revised 02/23/09 TEXAS WATER DEVELOPMENT BOARD (TWDB) AFFIRMATIVE STEPS SOLICITATION REPORT WRD-216 I. PROJECT INFORMATION A. TWDB B. Applicant/Entity I C. Contract D. Program Type Project No. Name Amount (insert "X" for all that apply) 'Drinking Water State Revolving Fund 62400 City of Fort Worth $ 4,762,729.50 J(DWSRF) Village Creek Reclaimed Water Eastern — lClean Water State Revolving Fund Project Description: Delivery System Distribution Main Part 2 I (CWSRF) Prime Contractor: I W.R. Hodgson LP Colonia Wastewater (CWTAP) -- rim -- J- - -- - - Co.,C - --- — - -- -- DWSRF/American Reinvestment & Solicitation By: I Applicant/Entity Prime Contractor X Recovery Act (ARRA) Funds Prime Contractor TWDB Construction Contract Number: l CWSRF/ARRA Funds II. SOLICITATION LIST Column 1 List on this form, or provide a separate list of each business entity solicited for procurement: Full name, street address, city/state/zip, for each Small, Minority, Woman, Rural Area or Other N Column 2 Enter one of the following procurement or contract categories: S CONSTRUCTION, SUPPLIES; EQUIPMENT; SERVICES T Column 3 Enter the type of business R Small Business Enterprise (SBE), Minority Business Enterprise (MBE), Women -Owned Business U Enterprise (WBE), Small Rural Business Area (SRBA), or OTHER (NOTE! "OTHER" = Company or C firm is Non-SBE, MBE. WBE or SBRA) T Column 4 Evidence of Good Faith Effort solicitations will include a combination of the following outreach I methods. Adequate backup documentation must be attached to this form for each method used. O 1. Newspaper Advertisements 5. Internet & Web Postings N 2. Direct Contact by Phone, Fax, Mailouts 6. Trade Association Publications S 3. Meetings or Conferences 7. Other Government Publications 4. Minority Media Column 1 Column 2 Column 3 Column 4 Name & Address of Procurement or Type of Solicitation Business Entities Solicited for Procurement Contract Category Business Methods Green Scaping Construction D/MNVBE 2 8917 Hawk Ave. N. Richland Hills, TX 76180 Shea Services, Inc. Construction WBE 2 PO Box 2263 Denton, TX 76202 Cow Town Redi-Mix PO Box 162327 Ft. Worth, TX 76202 Supplies WBE 2 LKT & Associates PO Box 668 Melissa TX 75454 Services WBE 2 Signature -Authorized Representative Title Date Vice President 10/27/2009 7rr. TWDB APPROVAL SIGN TURES PFCA Engineer Approval Date DBE Coordinator Approval Date r TEXAS WATER DEVELOPMENT BOARD (TWDB) (" AFFIRMATIVE STEPS SOLICITATION REPORT I WRD-216 I. PROJECT INFORMATION CA. TWDB B. ApplicanUEntity C. Contract D. Program Type 1 Project No. Name Amount (insert'r for all that apply) --]Drinking Water State Revolving Fund (DWSRF) l t Clean Water State Revolving Fund + 7(CWSRF) Project Description: Prime Contractor: =Colonia Wastewater (CWTAP) a DWSRF/American Reinvestment & Solicitation By: I Applicant/Entity Prime Contractor FIRecovery Act (ARRA) Funds TWOB Construction Contract Number. , nCWSRFIARRA Funds 11. SOLICITATION LIST A Column 1 List on this form, or provide a separate list of each business entity solicited for procurement Full name, street address, city/state/zip, for each Small, Minority, Woman, Rural Area or Other (�` I Column 2 Enter one of the following procurement or contract categories: N 1 S CONSTRUCTION, SUPPLIES; EQUIPMENT; SERVICES T Column 3 Enter the type of business: R Small Business Enterprise (SBE), Minority Business Enterprise (MBE), Women -Owned Business U Enterprise (WBE), Small Rural Business Area (SRBA), or OTHER (NOTct "OTHER" = Company or LC firm is Non -SSE, MBE, WSE or SBRA) T Column 4 Evidence of Good Faith Effort solicitations will include a combination of the following outreach methods. Adequate backup documentation must be attached to this form for each method used. I O 1. Newspaper Advertisements S. Internet & Web Postings N 2. Direct Contact by Phone, Fax, Mailouts 6. Trade Association Publications S 3. Meetings or Conferences 7.. Other Government Pubfications 4. Minority Media Column 1 Column 2 Column 3 Column 4 Name & Address of Procurement or Type of Solicitation Business Entities Solicited for Procurement Contract Category Business Methods GcA&u4Q aw-i -eAri H4-j+- AvE. I CousT¢t�GL�cti/ D�M1vV3e 2 '%4 ►J. Qs 4L— 1-kik, '1UIVaV 11 r-�VIGQQ2.rXES, %,.K. - ?.G. Roy, zmip3 CoaScQ+i[T7a) �.Jt�. I 2- '1ra2m2 UEt+so�r , Tjr. F-r. Wou. r� ,� ,'►;.Ys 2— LkT Bnk SSouASCSO. totaQ, I --tiELL5SA . Tti '15454 ¢.rscEs WQ� 2 Signature - Authorized Representative Title I Date Ii \J2c6?4.E,SY*aT III. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date Revised 02/23/09 TEXAS WATER DEVELOPMENT BOARD (TWDB) PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS WRD-217 I. PROJECT INFORMATION A. TWDB B. Applicant/Entity C. Loan/Grant G. Program Type Project No. Amount (insert ,.x., for all that apply) 1 Drinking Water SRF (DWSRF) 62400 City of Fort Worth $ 22,260,000.00 - -_' r _ Clean Water SRF (CWSRF) D. Contract Number E. Prime Contractor F. Contract Amount _ COIOnIa Wastewater (CWTAP) DWSRF/American Reinvestment & P275-705140023187 W.R. Hodgson Co., $ 4,762,729.50 Recovery Act (ARRA) Funds LP CWSRF/ARRA Funds II. GOOD FAITH EFFORT (Applicable to all Sub -Agreements Awarded by the Prime Contractor) I understand that it is my responsibility to comply with all state and federal regulations and guidance in the utilization of Small, Minority, 'Women-Oumedan6SmallBusinesses in 9�rrafAreas, in procurement. I certify that I wiffmaftg a goodfait6 effort, to afford EXCEPTION opportunities for$malfBusiness'Enterprise (SBE) Minority Business Enterprise (MBE) Women-Orvne6Business Enterprise (WBE,' As the Prime Contractor, andSmalfrWnafBusinessAreas(SVLA)6Yr - - ----- - _ _- - I certify that I have reviewed 1, Including qualified SBE, MBE, WBE and SBRA's on procurement solicitation lists; the contract requirements and 2. Soliciting potential SBE, MBE, WBE and SBRA's; found no available 3. Reducing contract size/quantities, when economically feasible, to permit maximum subcontracting opportunities. participation by SBE, MBE, WBE and SBRA's; I also certify that I will fulfill 4. Establishing delivery schedules to encourage participation by SBE, MBE, WBE and SBRA's; 100 percent of the contract requirements with my own 5. Using the services and assistance of the Small Business Administration, Minority Business employees & resources Development Agency, U S Department of Commerce, Texas Marketplace, EE 6. Submitting documentation to the Texas Water Development Board to verify good faith effort, check if applicable) steps 1-5 Signature - Authorized Representative Title Certification Date Vice President 10/22/2009 III. PROJECT PARTICIPATION ESTIMATES (Demonstrates maximum potential for MBEMBE participation, based on total contract amount) Total Procurement Potential MBE Participation Potential WBE Participation Cost Category Total Goal Extension Goal Extension Construction $ 563,874 34.8% $ 196,228 6.7% $ 37,780 Supplies $ 2,890,856 9.7% $ 280,413 5.2% $ 150,325 Equipment $ 400,000 7.2% $ 28,800 4.1% $ 16,400 Services $ 908,000 16.1% $ 146,188 21.3% $ 193,404 'Other Issuance Costs (not subject to Minority Women- $ - NIA N/A Owned Business Enterprise goals) Total Procuremen (must equal contract amount)tl $ 4,762,73011 $ 651,62911 $ 397,908 IV. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date ' Other ISSUANCE costs can include: origination fees; bond insurance; land/easement/right-of-wav; attorney general fee; caving agent fee or other non -bid groiect costs. TEXAS WATER DEVELOPMENT BOARD (TWDB) PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS I WRD-217 I I. PROJECT INFORMATION A. IVVDB B. Applicant/Entity Project No. D. Contract Number E. Prime Contractor C. Loan/Grant G. Program Type Amount (insert "x" for all that apply) =Drinking Water SRF (DWSRF =Clean Water SRF (CWSRF) F. Contract Amount =Colonia Wastewater (CWTAP Reinvestment & Recovery Act (ARRA) Funds CWSRF/ARRA Funds II. GOOD FAITH EFFORT (Applicable to all Sub -Agreements Awarded by the Prime Contractor) 1 understand that it is my responsibility to comply with all state and federal regulations and guidance in the utilization of Small, Minority, Women -Owned and Small Businesses in Rural Areas, in procurement: 1 certify that 1 will make a "good faith effor 1. Including qualified SBE, MBE, WBE and SBRA's on procurement solicitation lists; 2. Soliciting potential SBE, MBE, WBE and SBRA's; 3. Reducing contract size/quantities, when economically feasible, to permit maximum participation by SBE, MBE, WBE and SBRA's; 4. Establishing delivery schedules to encourage participation by SBE, MBE, WBE and 1ZPQ G'C- 5. using the services and assistance of the Small Business Administration, Minority Business Development Agency, U.S. Department of Commerce, Texas Marketplace; 6. Submitting documentation to the Texas Water Development Board to verify good faith effort, steps 1-5. EXCEPTION As the Prime Contractor, I certify that I have reviewed the contract requirements and found no available subcontracting opportunities. I also certify that I will fulfill 100 percent of the 4- (check it applicable) Signature - Authorized Representative Title Certification Date 4o 1.2n Iasi III. PROJECT PARTICIPATION ESTIMATES (Demonstrates maximum potential for MBEIWeE participation, based on total contract amount) Total Procurement Potential MBE Participation Potential WBE Participation Cost Category Total uoal Extension goal t_xtenslon Construction $ ���, 7 3. SO 34.8% $ f q 6, 2-1, 5 g Supplies $ 2.(u. °o -I� 9.7% $ Z��r 41� o0 Equipment $ Aor - 7.2% $ Services $ 9U� 0,-,or0' - 16.1% $ /y6.1C,6 `Other Issuance Costs -�I (no( 3ubiect to Minority Women- $ N/A Owned Business Enterorise Goals: Total Procuremenj $ y, �� �� SD _II $ (must eoual COnlraq amoun IV. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator 6.7°ia $Z- 5.2% $ h '314 s/ _ 4.1% $ iv 4W." - 21.3% $ �g3.goy,oa - N/A $ Approval Date Other ISSUANCE costs can include: orioination fees; bond insurance; land/easemenVdght-of-way: attornev oeneral fee: oavinq aaent fee or other non -bid oroiect costs. - S7 TEXAS WATER DEVELOPMENT BOARD LOAN/GRANT PARTICIPATION SUMMARY WRD-373 I 'mw I. PROJECT INFORMATION A. TWDB Project B. Applicant/Entity Name C. Contractor Loan! D. Program Type (insert'x- for all that apptr) Number I I Amount 62400 City of Fort Worth $ 4,762,729.50 - Fund (DWSRF) Village Creek Reclaimed Water Eastern Delivery Clean Water State Revolving Fund Project Description: System Distribution Main Part 2 i j(CWSRF) I Prime Contractor: I W.R. Hodgson Co., LP ]Colonia Wastewater (CWTAP) DWSRF/American Reinvestment Solicitation By: I I ApplicanUEntity Prime Contractor %� I & Recovery Act (ARRA) Funds Prime Contractor _ _ TWDB Construction Contract Number: 1 I 1CWSRFlARRA Funds II. LIST OF ACTUAL CONTRACTS / PROCUREMENTS t Column 1 Enter the full name, street address, city/state/zip for each firm awarded a contract for the project s COlUm t 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES T Enter the type of business: Small Business Enterprise (SBE); Minority Business Enterprise (MBE); Column 3 Women -Owned Business Enterprise (WBE); Small Rural Business Area (SRBA); or OTHER o Nay SLiE. fufE%- 1dk3E o+ J3Rn T Column 4 Enter the exact amount of the awarded contract Column 5 Enter the exact date the contract was or will be executed s Column 6 Enter the certification type state. fede+ i. roc; of 1iuuston. ,eir-c:atvttcato, Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Name & Address of Contracted Procurement Type of Actual Contract Contract Type of Small Minority FirmNendor Category Business Awarded ($) Execution Date Women -Owned Business Enterprise Certification Green Scaping 8917 Hawk Ave. Construction D/M/WBE N. Richland Hills, TX 76180 Cow Town Redi-Mix PO Box 162327 Supplies WBE $ 247,500.00 12/01/09 NCTRCA Ft. Worth, TX 76202 LKT & Associates PO Box 668 Services WBE NCTRCA Melissa, TX 75454 I hereby certify that aff of the firms listed above were contracted to work on the specified project. I also certify that I will immediately notes the TeXas 'Water Development Board if any of the Gstedsmaa minority, women -owned or r ralfirms are terminatedfrom tfie project. Signature - Authorized Representative Title Date s� Vice President October 27, 2009 III. TWDB APPROVAL SIGNATURES PFCA Engineer I Approval Date I DBE Coordinator j Approval Date I TEXAS WATER DEVELOPMENT BOARD (_ LOAN/GRANT PARTICIPATION SUMMARY t I WRD-373 I I. PROJECT INFORMATION A. TWDB Project B. Applicant/Entity Name Number k r. Project Description: Prime Contractor. Solicitation By: I lApplicant/Entityl I TWDB Construction Contract Number: t If. LIST OF ACTUAL CONTRACTS / PROCUREMENTS C. Contractor I a D. Program Type (insert -r(orathat Loan Amount appio Revolving Fund (DWSRF) Revolving Fund (CWSRF) a (CWTAP) FIReinvestment DWSRF/American Prime Contractor & nCWSRF/ARRA Funds Column 1 Enter the full name, street address, city/statelzip for each firm awarded a contract for the project r " C:)h.r;, 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES s T Enter the type of business: Small Business Enterprise (SBE); Minority Business Enterprise � Column 3 (MBE); Women -Owned Business Enterprise (WBE); Small Rural Business Area (SRSA); c or OTHER (OTHER= Non-SBE, MBE. WSE or SBRA) T r Column 4 Enter the exact amount of the awarded contract 0 N Column 5 Enter the exact date the contract was or will be executed s Column 6 Enter the certification type (i.e. state; federal; NCTRCA; City of Houston; Self -Certification etc.) Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Name & Address of Contracted Procurement Type of Actual Contract Contract Type of Small Firm/Vendor Category Business Awarded ($) Execution Date Minority Women - Owned Business G¢6Aa S[A tNg-t'Stt-t VIA LE►.t �C¢utuaJ rt'WBe✓ N•Qxca►t....It7W,T� ?�rtoo t�.t). tbo,r. tt�Q321 Ft warn+, Tw - 2oz S(I po6 Woe 12 / D9 11l CTof-4 LV--C '. Asso(.%a P.O. Do,, llli ssA . �s4 wgt� c•>GT� a I hereby certify that all of the firms listed above were contracted to work on the specified project_ I also certify that I will immediately notify the Texas Water Development Board if any of the listed small, minority, women -owned or rural firms are terminated from the project. I Signature - Authorized Representative Title Date I III. TWDB APPROVAL SIGNATURES PFCA Engineer Approval Date DBE Coordinator Approval Date 1 S F El TEXAS WATER DEVELOPMENT BOARD ✓t `. +jy `" '' ` Disadvantaged Business Enterprise Program DBE Subcontractor Participation NAME OF SUBCONTRACTOR ADDRESS TELEPHONE NO. PRIME CONTRACTOR NAME Form - 6100-2 PROJECT NAME CONTRACT NO. EMAIL ADDRESS Please use the space below to report any concerns regarding the above EPA -funded projects (e.g., reason for termination by prime contractor, late payment, etc.) CONTRACT r" ITEM OF WORK OR DESCRIPTION OF SERVICES ", AMOUNT .,-. x : ITEM NO. RECEIVED FROM THE PRIME CONTRACTOR SUBCONTRACTOR WAS PAID BY PRIME CONTRACTOR Subcontractor Signature Title/Date Subcontractor is defined as a company, fine, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-2 (DBE Subcontractor Participation Form) 02/09 54 swo, TEXAS WATER DEVELOPMENT BOARD a,I Disadvantaged Business Enterprise Program nF�r=I- DBE Subcontractor Performance Form - 6100-3 NAME OF PROJECT NAME SUBCONTRACTOR , t I TV cc—r_ HGJa,_7z,7 L.g( ADDRESS BID/PROPOSAL NO. TELEPHONE NO. EMAIL ADDRESS PRIME CONTRACTOR NAME CONTRACTi4a, -.' ITEM :OF WORK OR DE,SC TION OF SERVICESPRICE OF WORK-' ITEIVI NO 11D TO PR IME SUBMITTED TO PRIME CONTRACTOR .Z Yes Cur e tl certified as an E or WBE underEPA's DBE Program? Signl7reof Prime Contractor r Date 40^lciA Print Name Title Signature of Subcontractor Print Name Date Title Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3 (DBE Subcontractor Performance Form) 02/09 . - . . - ��:,: .i;. -1 . . . . ., . . . . . . '. .. . . . . . . , .. , . . . . . . . .. . . . . , . . . ... . ... ,;, . . . L�, �... . .:� 4-' .. . . "I - .: . _- .. - ; .,;. -, . li� T. - . . ., . . . . . ; : . . .,. . - .. 7 ;. . - - M . . - I - .. �, - . . . . - .�. , . - .. . - ".: ,�' - ` - -. - .. ,.-: - -. '. . , . . . '. i�l . .. .z . -.-,_'.,',',i . :, , ._ 1 . .. . '. . .. . . . . z . . .. , . , . . . : - - , -'� " ", - .. . . , ..,.14 . . . . 1 w , % .._.., . � z .'- . . i: ; . �, . _ ..._ . . . . .I . : I - . . . ." . . � '. . - . •. * " , _ I - , , . . . .. -1 , sm.: " - , . .. �.... . ;-� . ..� .. � . , . . . . . -., , . . . . ,• . - .. , �_ . *,'-'. " *. ,- .... . . - . ... . . _. - � .:. V. 1, _... , . � , _. . r .. .�. , .. . - - , - - .. - - - . � . . , ..�. 1 . . - - - !, " . 41 . . . . . . . . . . _.. .A! ; t , - . . , z. I . � - - �." . ., , .. ... . . - . . . , - .-.. , - - .. - - . ... ... . .. , . . . . . . .. . .. , - - .. - . . : .. . '.,� .� . " . . .:�- . .. - .." . . I I . - . - � .� � .. ... . - , . . .. . , : - .. .. - I . : . .. �.. ... I. , -.'�- 'f' .�." . '......4 - , . . t . ., . . '. . � .z . 1. 11 0 "I - - - I - , - - - .- - , , . .. . . . I . .t. ,; " - - .. . . . � � - - - - . . . - . s . , :� � i. - - . . . f. , - .;. . �.... . . : , . . , . .. - . '� � -.,. .. -,� ,l , . , . . � - . i , . . ..: . 'r :. , .*?., : : - , .. , -.-: : . : % - . . . ; `e , '. : - - - .. . - A .: '. - ,; . .. . . . - . . - - . .. . -,. : : . , � . . . � . .. . . - , . i , , . I . , - .. - - '.1 - - - .-. . .% . . ; , --_.., - , . _, * . . - . . .. . . . . . . . :. . <.. �: , " .. , . " - . .... , ... '! . �. , . - " - .. . .m - - .! , . . . . �� Zeil ., . :.,; - . , e. - . a .9 - - . . , - , , . . 4� J, , .: � .: ; . : - ; 1 - . .- . . ; , . ... - * - 'i - 1 .4.. .. . - ... ". � - ..n . _. 71 j-, . .::;..'..' .* .; -1 - -4� . . . . . . .. %,.i� ! I , : . , . : � !, , . . W� . -,-:,--. �4 . . .. . . . ..�. . ..,: .. . . �A . . , I . . .: --� -:� '. * , , 1 .. ... �_ .. '....L - - � .- ... ".1 .. . -, - - . -.4 - . - . : . - . . . . - - - -�. 0� . . . . I . .; .. . _.. ... . . ..., .. .. __ -1 vi.. - i,-w� � . - - I - I . . '= I -- ....l. . - , . . .... .1 j, , , - - j n - . . .. . .. - 11 . - .- - � .- __ . . , . .. -F .. I - .. - - . . "Ir3r. .. I . TY'S 'i4 ,4,: "',"; .:, : -'.��_;F_ F!_----__--.lr __ ' i .1-1 - , , ' - , ' .- ... I..; . - .:mn .. - ,:! - _1 'A -_'. - . . � � .-; �Air . 111.1 - �` ��' '7�. "';:l j; �.-.' -'Ik %, .- ... . . . ,;; - :*., r �11 , IF.- , �.;_�E=a:=7Ajr_=_....4.: - . I . ..-Tv! . 1, , Q ,_ .. . .� - I .. • . .- -_ ... - : .-,. fFA , . * , I . . - - 1. 'i : 1 . r1l. � - .. "L '. '!'!K_i i'z�'; %`% � �' . . - z lz -1i - - ..;. �. � . . 1. . . . . . . - 1. _� _. w - "; - .. , - - - -N ;;'U`5Kiz-A.;s,.,, i� --* t L �* �.',;, -�."�!--v-,; �.-. .. --.�- -j!�M� �_ .- , -."-p.qAUWL�,7%2.. -I . . - - ,:,EW7 - -� -,W------ -- -i S. ' .. I !6" . ... I - � f! MR, f . . . . . . XPRUDC WEL 0, 'Awl-N., - � I_ .� Rl ..7',m7_z-:,- z"i", �, ,.T, I , �., ' - PK� - Vor-, .. -.sines v __ . Va'fl.%4-ll.-.; '.4. .j.: � .- : ';i�.: I' %-1-1-1 ` . ,e ...� . . , "' _ ......I �=. � , * , . , . �, t. " , �O` ., - - - - , , * , - .. .. .. - - 7 - - ; .'-._.'w., i �; -� .1& � . . . . . . . , . . - ; -.' -.:, - .-- "T - , - ... - .- - . , ,. t', . . I - - .. - - A—' 734_ , i"W .", " , eg,, m -ey:i * . '� ... w . t� - -,., -M%-,i�*�' . ". ,:.li _�.:�.� - AM ImMoillI Ila•,....- , V- ;, -.,4T--- .1. . . I .:. .T..tko-rim.-z " W% - ., .,.,. MMn.- .. , ;-MuSin - ,i7, I-W., va .. , . ,io 11 ,. . - .p 1. &._v,w 3 - - - - --q-.- - �,-�;3_-,-'�&;-,',.�._i , -��%., gll �rspj..i.'.,,'-�.tf.:.-..*.-z.%- - . � .;.-" .. 1. .:.,:.*:.."4-.-=�i��'.-.----,.. ,;I _ii � .I.-I.;r iy�,'t2 .., Cl�lt7R,� -.�l..11ju..!: V!*:k�!:-:2�. , i�'iTzlj�% . ww - - k ---- 'PC----P- - -,,, - ., I �J, - _. I ;ir - . - ;? .. . Cn:y y-'...m�L --',.�7 S.i;�.�.ii;i��,,�'A , _4 . , .- 1. � - . � . ;*;_.li.J?rNi�.�l*.l-_li_ il,::rl.%;. �;. , I 7 .... - ,.:!:'-,-*j Q . - , 11_1 - !,.'.*_;-,':'._: ,Cc. _ ..._,..-.1, . ... - ro M-mv- e-��,% ml�,., �- . i .i . .. .. - 'r . .. . ... , .i--. J,.,r _', - it'. , N-. , 7;..;-,...,.!, - x ,_._ , i..... z -.-i _ � m - - , . . _. .. ..... -..--.. -:i,4,�-- --!,-��-�t�,.;.*�.-,z.t--�,,..-.-.--.�lel- VV !i-,'--.: --::::,_..... - !�.�,-_. - 'r_,l_--,.f-..� -I...."P.. _v_.....;-W...� . _ -n,;-,N.�--.!�-_7;-_.: -.,...;,.....�,i,.�.,"-;:-.,4,...'-�"-. "_,jt,�'..`�'�. -..-,,;,_-.- ... ...- ...�*;. . " . ., .; . - - ..:.-Vf"7.4��'-:��' �.!- . . - .'-A- ... - , . V .�--- - - � .'-!'. , ? - W :4, .." ,, . i.. - " 4_ .. .. �� - , j AL __ . .. " mov, - . . . " ., ". .•� - - . - . .- .�:: � -.�,"!,:� lt_4_,t:_,_--. -, v -,l,g� -:"_._l ;i-yT�.. -,-pr,. � .. - - - �- - - - . . ., - ...% - - .. - , :,�. m I �g, - �. i . . " :, , - �. .. �_ , " , '" - ,!r . r . - - F.". � I If, I % .I �' ,I ..;�i t. 4 - .2's.. :_.i7; .... ,'�-,�., .. - � * -�'�v.'j� . .... I .:jr..Al, �!. V. �� I L , . ., i2.�� - %..il- .. . . .�". . �, . - - .7... ... .1. - .. . , , . I '. �'.!.�jw.*_ . ... , - -� , A ; , .1., .F..... , * J If ,�. _ _ . . - . . . . z 7, .1, 5."' *.�, �F.- �.- , V5 ,.i, g7 .� _� , " 'WE. - -., --.'!'.-..-,.'i-..`i. -- I , -. - - - - ..'.* , , �- ." 0, .1"...'i "ll. .. _-�% '. :1 -; ... , . .1& I . _ .8 X ._� � . . - :I, � -S , ... _ .:; . - I .` -I - ... .�� , . g'. - -m , - I - - : . 7.._v_` -1. . � -91, � tV - . .: .. .., � , - - , - - - -- '4�-` * , , - `- , " ..... .. � : , I -Z -, - ---' � ;. .- . ".. - .�,_ . . � - :� -;-n-..... . . . ,,, . . 11.1 --l" " - e-1 -`. i.'� - ,.; IN .; 2:.� N� .�' . . - -1,c-N. .S. 'i - -'s - 'I gi , - � ; •*,..-,, t.. . I .. I il� ..il llm , - -.,..i.-�.'. . � t;M tgi.� .: v , i .:... -� '; .I I - 1 , M, , - I I-_ 1. f - V1 _,mlll��-.-;_; " ��-.-!. .. . -W " -- _ '. I... F � g.�-y-7,-.. . ;. - .. . ,..f--. f , .. ;. ! o , . . :. _ ._,,....., � .. , : . , M, ., f ., . _:,:�,-jl �• ci.."_1 - - I I I 0 . - *.. - "'. Z. 7 - .1 . �_. ll�'--'--�:�`.�.' - 'i, �` -Z Z_ - 11 " , . . - - � - , ri�E'. . - - 1. I � , -4: -, .:. 1 _. - � 11 - -7- -4-TZ-1--, 1- A.I.- 1-4.1- a; -_E.�;!,-� ..., 49" " ,.� - W.. I I 1 4 . ;j:: , , - _F _. " .1 . � . . - - - - .; - ", i -W,.'-���".'�-�.--;.�"t�.".:.::�-.�,- , - I.K. - Rl -i "�;l .' .Zm.-*.;�'t ,l �p r 1. . T!W I . - -.,�,--",_,_._' ...�.-. S. -%'AjP.,pi�.y.-a�.,+-. ., ,� - -:;-- ...;.� I.. _7 �, _;;;; ., .. 4 .. , - � ....�, n - - , - , - v , :�i. ,:. , - I ... .. . , .. ...'I __ _� .. - , ... * . .- � . . -11 - - ��,�"..-�*.�..-�7,�!-.*..--..",.�:",�,'.",'--- - - I - - .11'.. ,":!. - -'..-'..',�.-.f_ ,'- ... ------- ...... . � _� 4 � ., �l " %,,. - . rfi%�916. ,.-";, L . . .Mt� - Us a - , - - A 'i._,".! , ..;.- , ,�:. . _.. . . : " -- .. . -t�....-.-.",�--.�-,�,---,--,...'����.,:''� ., .. . . . ,� . -�,�l'i�l�-.-',.',.%-.,k,-'.�.�:%et7�,�4:-�.:;,7j :,.'-�.,'f,'.,�" , , , - ..l.-W,l _o T __4 ,_ " . .2 , "" - " - ` I �� ,k�ju-----k--- . 3 -- .*'-* * * i -, -'..v: !-��.,� T? aw E., i�,��., _1 � _; . - .. � 0 a ,��-_-,..,� W m N . - - . - zt ': � ... I N ."....", . � . � . � -. ,, ;-. z ..;� - � .. .- � I-,-,. � .- .z..; - Z. i z I �,. I __ :, , 1 %n!..- - .1.1 All. `.,�_-.,vV-4?-t�l,�- Tz,,:��--,Sr--I��..*;;_ *-'.2----"'z--,.- �Rt -,- 11" 31'e.l;-- .. L�ii...I�'��V'�'l�"-,.--�i?!;."�".,'.��,;:Z..i-..*:-.�,.;"i,.-.-;;,!,�.'-,.f�.,--.,�..; ..:...,, , .1 - , - -1 N -.711 .. ,!�-.�._ � ` . .. . . . . . . . i .3i_. ,I ," , -j;.i_-.'--, --, 1-1 , ��Ri -�,�,�z, � - - - '91 .� I !" � ,•. .. lkje_,m_ - ; , .1 �-;�i_ '4�., � ... . _ .7 It - R:M t, �� ..,. t,* _; I �. I.N - .., I . _X, .�Z,i.i� - ._w . " I, - M - iv - - 5;..,-* �Gm - . J . - - .. ... .. . . - :."., i - . . .1 . �._ .. ,-J�O .*, ., I -Ir-7 -r;-m Ml_ T "....1.1 - . �_ � '� ,� . .. '. .... . .- ,2� .�f;-,; . . . . . . , .,. ". . - ... ,-v -.1 t*47 iM ... - ;;. , , I 1510 Or A m �n,�i - � � ..� ._R��'; . ��'. , T , - - '" , ii .. r 3 - � . _� g� -;-,. I �. 1- �l ;: .Z..... .'- Ow. � za�v, " . _.'.-�, ez- .. ...;-I.. .. --.I- - '.. ev _ , ".- ,.,-i!.-;.. :T:."� ..., ,.".: ;��; . ri*_ .,".: ?�* , , ,.pj - It. , -..,.. - '4C, - - ��', " " '. . .7. Ai " '. - - .1 . , I'.: � r. .... v. o . . jf-,,%,j,...- I . ".:.. -,7,. z: .;:, ; i. : *.;. "'. -. . . , .... _ . . _ .. ..-.-,.. . ., ,.. . 7 . .. . . - . N �, o ... .. �> -�Ex '. !. . I .'..'s;, -, -;F,�- -- - zu- g?,i tii�,:�i;,� �):- -,-.;-',, t-� _- 0�'l;f:',�,'�'-.`:� `.!,'�'. 7 T-10:� �v . . . . . . -,-.'-j`�i:4"_ 1v _ C-1 ;;�-.*i-.,�',�.*A;i.",*!,.,--'j-,,!, -, -.,:...v , .... . .. � '...; . 4 -I i - � _�' � , A _ , ,'" k, , �: 1� 4"Z; .. 7j,�'.._. .-, ... 1. � f. 'f:.;..*- -:.;3!�._,_-, -.,.,-.!;; ..��7 ,� ,�n , , - . , ,q i A� .- ai._ 111M., ., - . :.; J . .. - Lv . , . __- - .�"I't"-�,,,,.,,i�,�'-,.'-.-=�il:,-,-,,�!--.,,'-.;;'.',',-��, - '' "-..'�.--!�_ '..,.-. �:-%,., ..,. .. . , .. _--,,.._A . . '� . . .. I w"ZZ ii-; -.�:MN"Ti-: . " . . . 7; -..,::. X-, I - 1, A . . ..:; - , -V . . - - r. �. . _7k. ..., _.j,:Wj..-,�: . - -r F�pt. - ,,, .: , 1 .;.,t,.�..;�-.-I,i"l�:;,.,......T��;.,-; C,;':::-- . - - 70. " m � . .. .. ZU, K. - . . I ., g, , ,,. . _W.7 i...-.-!-,.,..,�.: ."7.,.,T.5 - ."., . '. . ,.I,:.;, . __ . . - .,::."...", ' , , .. ..... !To,_ * ._ 7. . mpl ... . .... li j .. %.�I� n"'.." 1-1 It- W .� ,e I - .-.- - , �V - ' � f, &.-, ,- :::P-,i :. .. .'...... --',-.'. -,.. , . 1. .�-i`:;i�!-; ,.�, . ...q,_ ... - - .. I I .."..'. .11 ;'-,- . , , . -1 . . , 4 X.r. ".:.I,A""�'..�:",.,�-*,-.-'",', ;� �-, �4 , Z� .1 � -, - -, -.� " .. - ,_ _ . . - . I - '. - -�- - �-- .. � .,. _ E '. , -,,��, --WE i , .-.,. - - ... .,- -', :,,.'-�zlx.i�4: -`�' - L - - ., �, m " : ; -.' ,f: � ,-?,: . !� 4- . -'.."... . .. t , . -. ., .. - ,:�._:!4;:ij!.::,.. .. i .. ..-" .,.,.�fle - � i . . . - : � , R �!��5__�i�q�tvt_ -, ; . , , -_N�.. ;w .- . .*j,---' " - I , .. - - . _ * . . . - Al - i A,�q . . . - - 1-N- - . . -..:-. . �-,�'� ,.,. �..�,W,- . . .!.. . , . N ,,, , , -, W� " I'. -� k % , _._ . _.� . j .T - - � . , 5 .,:.�., .. . _OMN .11: .Wt�M5 c. . , - i%,." " I -��Si�,N �, .'-�, '�i "T -F�` - , : �,,- -. _�`� %! � , ... .�:.... " � . - '.'-.-7?-. . . 04 .C, .?. . ___ " -_�i.cl... . ��: .! f�,"-f--Z g , . L I.. . I . - 7Fv � t . �!.. , � - � I - -. , -_ � , - - ., ..m. I - . . .. . - , , - - - : '.t�" '� ..!.. - , ... - �_ .-..;. , - - :..- . . , ..", . _..... --.:?.n�? __ "t - ..: t.,;'..' --.; .":, . . -,: -. . :-Kl�- ,�L-!-WIA101_0 �i:i`'V _P'l .7�E , - - - , ... - _ - m '; ." � : . li� -�..-,.-.'-_i. , � --.rl .01, . . '. -�. . .;-.,. - - m - : . . . �� Z:� ., ;. ��. '"..'r" iu - . - L.E- �vl --i'". ; .,. , 3�-�7., . j_ ;;:tl .7.-.'.. _ . ".... . - , ,F. kv� � . - ��:. ,_ � . , ,:, ".;* . .. I --4__l.t_l ...-.. _. �... , - I ��. - - . . - , .:. .,:".i,..�:.-..:,,-...,�-....-......-.. .:;- - ".* 'I- .. .. Z . : '_ � ,;�.i,T_.�, ,"O.- :, :n*.*.��-;:,�� ,-':o` ,-�," I--. ; -1. . '� :......I.I.. �._ .,. _. ).-! ., .. . . . . X_ - . _... '.' .. , .�: - - , . � -- . : ..:. - _".. _.... ... 1, �. �.R-, . - - . �.. :..-" I . , �_ " ".. ".. , - - . ".. - . ... . ,%-�'.�.-Z. - , L 1':i-.. . .:.... _,�...,. - . " 1 . - i%lll.lv`_"!*_.._ '.,_; , .1 . -,.Z�,ji, _- . -- - - - � �;::P Ti.-,;i��c-��,��,--t.�-,.j --l'. - ;.�..!;.... . . . . - 4 - . -, � - __ : .. . ... __ - .. t'.' �. 7� .. �Alvclf�; _v�'. . ... . - �; .1 ;-� .. - .. .: . :.�:., :1 . , . -.:..: . . T., , -A- ,.;.!--e. i.ill:121�i �__ .-'.-...!.-,,�lil;.-�,-;.,.��'; ��".V.-.i:k."az*il.�CZ�A.7.,...-";:,. _..., - 7 L;Pf: - � - �., :--� __ . f - --,.;,��, , .. ,i; Z, . :- -.--i,A--x, - .- �i,V_ � - z - . - , *!:�,:!.�.'_',.!,:4-,_. __ .., �� ,:�'.!(.�qf-.�-X-_ _.'-'.M .. . t.,.-....,�.,',�'i, -l'o. .91- - .& � .(irjj�., .. - . h - " : � . . - i:_ . �'. l... �---. i" - _ *-m.;;l-j.li. S-zinT-M.t. ._.�n' . .i���;�,.-��',--;,".,;,t;.,I�:��4,---. - :" .. . _ __ __ - - _�_ I . �z.�wiq�T6'_.. . .- '. r, --- T"ttir- . .%f 'Y'... .. -- I � - ., � "IQ -.-'%'�-: I - _ . ', . , .. . - -y-;_;- 1- ,�i!"t-"��-z�������..,A:Z.,5i�;----,;..--��'.'�,..�.i �l . . . . . . . . . 1, ': ! 14,11-1-0. n .; , . � -w - - .. " 4- lkl, -__ . !; �: ic.'!!t .1 . - .... - . .i: � . t ... n --"; " , - 1 _�, '�,., �: . - - - , , - nva� -,---,5;x ---A�zs:� , &g._-.-,t mv ki� .. .1 .;.;.*."7. � . . . . . . _..T_-_- . .., ��..2 4-i&.�-��'. ,_lk-_Nlt� m.. -A I- , " 'it. MAmi- .,��'O;%�:`,-.M;W . " - �)Ml' I ,%,-�k .; . -W R I WT --"v ,,,:'�,.,.;--� N I- -��X� -,,- _,li-1. .. -1. - . . __ , .- __W I i-R.-I -1 --- -1 i . . - ��... .., _. .a, ; ...r ,_'l.. - - . " - , `-IM.. - - " _j` ,_-�� - _Q. 1"lilllfm ,g �N-. !, , .; M "P, , ,Z_1�-i.�Wz.k , I " 2 Aw , - ". �; .. , , Z-1N.-irf '� * - 1�� � ,� . � , -I.: P � - ---�� , -.�-_-.�:t!,.- !5� , . �r 1 , :V7. �l - ; 71 _W11 ul M;V.-��d.7 1,16 M-Am. iY;-, �t x_.r;',?- -�*)-, .- ,-. . I _ M �rf - - 1. - ..'..':1,4� _��.'�'-!,,-`",.` t ..l.'T,!-! 1!,�V- . L -.Z- - M .� ,�.�".r:�"S-t�,-.�.'-'�'t,�'i�",., -,� -i�.15,� � ;, __1 . V;-� - r'r'��? .� .i.q',W�.'i ---- , --*'P-.��;. , 'L�_llc , - mAon V-1n, - .4 _ , �r ,r ,� - ..., - � - .., " - , I -6��vi - ,:P, , - , 2 .. ., U, , �; I., . ,*'. � - '� . . Iii. . -.vgg &I 1 4; - .-�7,r vir. � . .. , - - , .,,j.�*.% . -, ._ . ,.: �..j, - 9"iA.R. I g�� ; - � - r;;,t�'K.l' J'..." ,W. ..� �. - .. -- .-�;.... , g ."G - -171.- I - - - . I - . . . . . . . c _ m-, r )mT:vr-cl�rrmFTft -.A-,i.h--f'�!. " &w I Wi gl� _. - - glw., , ;qwn_Mw_§a. X55-04W,A -•.ii - 4_:., 1 � � .. �,,��"'.':�i-,,--,-�,6,tli<t--*-.�%v ;�%* �,;V_,-:�_.! .,�,-__-Z�._ .. - 1. - , ,� , . •. _0.vFVl,.,p, .- , . . : . t.e , � - - *; " - ., .4-."qil.4-,--',i,.,,,Ir.,19.v�t.�-�--m�r':�.4', . - :�� .K _-, - .", � ...". ..- 7;� 'p-, j . E , F7,7 .�..� M� � __ . .1 I , , . . &" ..; % I - ` , . a..--,,.-;-:.,44�.g-.4�,Z.-:�:�l* .--i-. --!;:r",c -1 I Y . � : -rA.A -�r�-.�.W��_ .4 , � - -) ...-, P im. " - .. R� - 10--0 .,Q- -�V-."Rv.xi ----,I.-; "" .� .., . - .,• ��r..";.-��jf.-.- WIN . MNSWTII� K� - - 1 e'. �_. . :..l',.--_,' �.Cnil!� 1* . . � - - .. ... . ...; .. ,-r...;%;.f.. �. .. 1. -.-- �! "' - - : ,-� -.L,., '.;�,-, Z. - . , !, ;;; I ��A' `�r, -i ..� �l . -4. . - �.-P- -- - . , - -:� - , , .. . �Y... .. .� �a' --. � 10., _'-w-M,�_% W*R,zva";�� - -,,;:�'!`i�ks �K.,l , ",_i;ii.",�.- -,_ �_ :7 T-r..._ �� .; .91-1, �. . q ...... �. . ;'4 4 .. . , . -�-��Z�:.�_�;-!i-p;i . - - .1 Z , - I �L. L, " - li.O�-Ai%p",r•.-� --- ..3 '�,V.�-. � _A ;1CU M;P, •- .4 .. � g-- - .. - �� Wl"T �� . ,, .�% '�",vO��� . . _;; j'-,_k`l-w4r�l.t fti,* �W;�l 1% 4 . p_A r - - C :;%. K ." � - ... .. - - I - w:'_�,_-� �.ii;i.'.-. --.�'. ". -;� .� -: .��`, � , ,.I' 4-_*-.i!' - � _ ��,Mlllq: -t!4,tti.U�,L�;klq,F,k,�,�',�.".i"�, �,;..",',j,".:,�':� ;� .%� ...T! .; li: - �..- --74T_,_l' , I �.f - - -4.1 . - i-k- " , � . 01'. .,...T! .;_:,'Y, . - ..." 11 - I _0 - . .: , - - - .... . R ' -1 �,.,.,. -.-.Z. ��j-� - " - i- - -, .. _44, ,K�1.14 r_!ll*O._. . - , , _ _ '_ -, .. .. I I � 1-- � ... ..,-.- �;A "•.i.;; a 1. IF 7, 11.0 - - , -L' 4 ,�W? . �-I' -_ %V. V-�.. �"':-Oz-R - � . . F-If N-0 -V4 t.j`S;.' .�-,' _.?�. ..'�.'.-'!,.4,-!:. m,.'-,-,----- -�.,,� 2Nn'S. .'_-*4 -.,:?,� ,._-,w;,-: ; ,.�-!,i i -%*.;! YN �.. _ *. . - ,?., -.1. --.-- � _ _ - � - . t-F74' * . . I �� - . - N..... , .1 . . � - - - .- _ __`�..J�.,-r4__ -, -, i.s. . _-, . ift -, -, - ,:, _. ------ - . z - 1. . -, ,. . . . .. . ...".. . ..�.:i, 1. - ,:. . . "I"Ifij�.%'�;'�4,ji.L! .; V., �;ntl � " - ..l.Yale'-_-:;, - -.'. .. . - L, .- w 1". - #� -,:� . "-.. . . --- -��_--*tq , . �r" . . , . ". 1. ;,. ��,�;�.�;-..-�._Y:` , W 11 '.�,,. �; i . , , I .1 ,4, , .. _� �;WT11w,iffi =��.;,..L,:.,."�-?-., . -1- ...e� ,4, - " -1 - , - " 'i -.-;w - '�...'*,aX;:,�' - _ - .. - . �!,-r - - ,. � - . I �- -..�:`--?"�, -_ - .... ,w,: � - . -. -:-i-I .I. , .,.,- �- '.,..141 ". TV kn.;4 -:it.,v:.4.�-l.,4.- 44� - -. iv-1, -, - .Tv. '. _) i�MA.. . _. � .: I li'��,;,_. �.�1.11. 7." ,.,l.... �� . � '...., - , .., - , - -� 1 4; .I -7'-.i,:.. .�.-,i .i�- - - -,n.,: �t,.'..,:�;,�!::"� .. ! A'.— -*�. . : ,%;r " - "' - ... : ..,. � :. . , : I ", - " - - - A; ,011 : . .1 1. _.,,,------�,. -o-, . , _ . .. . 1. . . - - -� 9 1,�: , -;: .::: -.`-!:�, -- � .. .:I., � , ... ...-�*,�: " ,� ..,.,: .�� _,� ; ,.� . . - I ..., ...'.....- .. , j_- . . '. ... . - , ..". w'... .�"*`lc _� 1.1�:" - _: ....�.;:...,; .�.�.71 ! - - , K� . I- .. , , . " , - -, " 7 '�" , , � "", -, " __ , - � � �l , ,_ - � 7 �l � � � - I I � � " *'� -, , , ,_` - - , _,_��' "" , , ' � '" * , *"""�,__ * � � - I ,� --l"'. � � � � ` t- - " " ,-- ,"', "' " , - , _* " ,""", ""', "_� , 2 .... . .. , - , _`_` " _* - * "". - ___ - - _'-1 - I— " ', .. - - -`� - - .1 11111-1 _�.-I"'- ""' ,""", _r` , , '... � 7 , "' *"_,_ * """" , . . . . - -1 - .. . . . -;: .. ..,-(.-., �.-----!. - -,"I", . , . . X0._;': 1. .. _,(,ll.W.'. M V ... .... _ - -,-", 11 - . k�.' C, "' .-A, W I .. � _. _-.,�.,-_,:.:.,�!_... -:�*;.- - . .. . . ,,--�;,,,�.*,., . .... , ", I __. -__ - -1.1 __- ". __- ".. � - - - --.-- - - -,`__-` ..". * _11 - - 1.. . .... . " __ -11 . 1 ,-- ----. - �Slg - .. I.-,,..::_ . i �.-*-,',_%.._ .. - - ... .. " I � � . , .. . �1 lie. -eXi", �tx. . . - " , "I . , , . A O"Or . - - .,. - I - -4, D'a - - . . f, . .1-1.1'..,"t . ki iqontt.gtof-,*0--- ,..,,.-:.,..:-,".,.�;,.,,�.�-.-.'.-.'. , .I. .. - _�_-!_ -.-.- ... "'l- I—- - - .1 . .., .1 - - .._ - - - I � � .,.,*-,: ...... .-I.." .., �,� _. " -;.,.. �' -,: -. - , ._ . ...... 1. -,_,I _�,� - .11 .. , �! _.��. �. �,4 �:�,: . d ..; 1. �; . . . -lL�f;-.-..-`:-.-: I -. ,���:.---��,-,i;..: v,:jF ` - - .---.-.-. __ .1 .. -_.�. 1 . sy! �_ 1-.' m' , i.`l._'v;r4Al .`.�,�.,,-�'4,-`-37�'A:;_ ;�, � . _'..,j.'�.i.� : . , . .P1 ...... . . . . , , _ ,.. . .. 1. . . I - , * "�', - .,vw-.:-..'�.* ....... ; - .... 1. , . . . . . . . .. "...l.. ., , ".. I r � -.-.l`.;.Z:,-l_K, .. . '...". - � AW .% _. .. - - � - .. . . .. . . . . .,��,.-;.�".,.,4.-..�I - - �i' . - , . . . .;- -.. � - � I M•, .. - " . " . -, � , , ' .. -,: ___ - - - __ ... .... - - -1 - I " V� - .1 :?i". -! -4 .� - A.., ""...I,.....�-,.�....:..ji�i.4.�'�-,., :.!: ," - ,� -, !%�:j.iti ..��' , - . N. ��W �.. ,Z.... , &�._ a& .: . ."'.., A:.. .... - - - - _�_l . - - --- - - __ - . " _ .. ... ,.4-� `-�:--, I -.'.. -.-*l.f ` -ii A ."... V I - I-- - I- --- - __ - __ _�_. - - ..�� . * " - �-. &� ..... .?j..-.'. .,..,., .. "r a . . - " i 'Jh"Ift .. -, . ,i, . ... W e I ;an F - - , ." . . - ., - ; -.6--.4.i. , . . it'. - - ..-,::"A , q - _e lm,rj. _�-vR_ .. '. .Z-.,..-�.--.�:".:.,;�t-�.:�.��, -,'._.,.;....y,,_ I..: 4 e"� -.-I,----. � �_-__. 1 ` - ... ..... .11-1_111_�� _ ..-.. - , W04 ., . .ii�;, T ,�,�, - --l- - ._ ,�. v "'N'..1 ,:.:.14. -, �_... - 1--.1 *1 -___�. -.1--l- ...-r--"�,�--.-,.,,.-----�-1.11-,r- - . .. .i .�. -tl��,V�--. __ i ,K:i , _,�z,�.. . � . .....'. . � . _5)t, _ - �;' .."... �. -z".u. .. '�. .0. i�,:* .X,%�;,� :,.. ... �.�' .. - �:_rt .. - . . - I ...- - - - - - IR I.-.-,-- __�,.�,%.'_ _ , - � . .!��. :�'-its-'' _'. ., � - - .A..i� _-.� . ..4 �!,..*__-. t -."J,.-., -� - .. , . � . ... . I - -, .... , . - - � - __ - �� n,- � .. . - W , .. �! :.7.. , -. _i 1. .. 1-7. 1:..j � - - - .-.-. _- - - - .. -, - V. - A,& - .. - - - . - �-!;- . ,.. , - - , - , _- - . ,..j � .. .. -. "��.,.%: ". ,�: :.,�.-��',.'!!.-.!..;..,:-.;��:;�-,.,�.,-t..:-,'-..*-,�-..-,.,.....,;,-.".:�,'...-..- -.1-- --mi... � , F - ...... .-;.....-..................,.-�......-...,..-,-..�.-�-....�.-,T- .N.�r'jp;,!; n - - - J.!� .5!.-� :� 4! �!" - 5 -Yj, .. F', -_'�:.j.":.. �, _� - _....,last N . ,., ;. , � - . , � - ... - ��-�-.-..?.."......,�.-.......-..e�..- .. ,--�-, -.....,.......�.-.",-,...�... �. i6-__4ZN.V,�-r%� '."..! fl.z 1_'.., � ,�,, , L. ..-.-. .-lt._*--::-, .::....:j,i.-;:-.: - `.'.�','.' '-�, "': --7,--._,�,.-.,.;, ...,m-'...�,'T . - . - - --- 7i '-" ., .. . . . :. . - -1. *** ". � - j -*-_-,,4-- � "" "' -;; ." --i: �.:. " .... .; '. �...%,- .-.. . - �....Y.;z,.j�-,i*_ . . j::�� - .1. . "'. , ... , ._ .....-L _.. . . . . . . . 1�.. � , - ... . '. .. ., ,-:4� '-.J4.,..:�-L'�j - - , , , -%.: - . -.-�l , .... .. .. - 1. � . ._... "..i.e..n.:,"!_� .`,:;il%�:..��.. -',.'- ... '... - -� -.;-, -;r.r%. -:� t . . 4 . .." .. . - , . . . .!..-'.-'.'z - - 4. - A�.. .4 ..... " -, .:, .. ...�,. -.,. .-.'v.,-.,7.-�,wc%.2-*:_. ". . . . . . - _% . - .:,..:. '..'�-..t-;.-;:. . �. , - '! , -_ , . � ", '. . - . . i . . . - , " 1 , .. ; -n- -,,*,�� , , . `:-, 1'i*"� I - ..:. .'. l...17�_, ... *z_ .. .- Z.. .'- � , . * , -, - ; . , .!;. . , -�;., - -!.l... . . . ..m..l...:..... . -. .,. . - Z'!.:' -_ .�- - " .'..'� ': :- ".., .. '! :.:' . - �.. - . . .-_ :. . - ., - -,!..,?�-. 7.-,.� . ._.. A'..., --...,:F'..-'.�.' I _f..l._. -� ., I " .. . - .., . . ... . . . - , '�. .[ i. z. Y.I. 1 :4i � I , - . -, �'!,�- --.,, ;, ,.`.`f!,. , .. , ... 1. * - .11 . - Z, � r- *. .,- �- I , " - - T' % . , - :- - . - - , , . . . "...... . ,� . I . .. , . . . , , . . , .!. 'I..,.- � i-'.-f-:�! ','-:�.�. --� --.--. -,r*;,. . - 1 - � ,.,. , , 1 , * . . . . '..... - 4 �-. -,..,.-.' I . , 'c". �l . - - - . - . . - - .: .., '.'. . ..l... '. -.'.. . .. . .. . .... .. .. - .; �. ;..'...-t�t4 - " 1. .,:%. � ... � . . ... ,z I, , -t, - - ,,, -. .- - .. -, .:,,.�', - -,""'. , , .. �. ..., - . 7 .:.., .t: . . . , * ".. , .., . "... . . I - .....l..:" . "'..- * * * ..,-" - - -. z Z _ - " , . '. ,.. . .;.% .. .- - � , , : S. 'l...l.:_'.:l.l ... . . .. . , _ . -* '.' . i . I .. . . - .1 - �'. ',-.. '. � -, .: ,;'.�-_-. %.-. � -rlll-:.:.,�;�;;j*,4�.,'._.*. � --.,.,.-:, ----�:., o .'-,..:- - .: - . , 1.7. 1 ..". - : '. , ... �. .... . . :.- . I . . ... . -, �.%,� , ..: � , ..:: 1 , , "; , " *'.* . . I - � . - _� .. . . . . - '.. ,V _', % -, _4 . �'. ..; .". - - !,;. �.... . . 4 . . . , : .. .* . . . . ., " ..�.._'.:.'.,�._ . 7.-.....":`_.-..l ,-..,.,.* . t " '. . . � . , , : - - - ;., � , - I., *- ...-� , . .. . : ..: ,*:.,-'.-- - - - : . ; i . . . -91A _C.�.I.i_ . '. . I .. -. - .... . , . with ." ...-. -. . .'r � ..,....*- . -ji-i '-_-. -brin'dividual whd 1�- 1� 'd, - - . . .... .;:� - . . i� . .7. .", - - - ". , - . S�'b��Aj;ici&,lif�d - tas'lntoap atmienr a qm . or..... pmvi L;'. .-: .-. _. , . . � _. .09 � *PCO.Mo Y.I... l!Mjo!qt-v1qfwc; A , . . . - - " � qon .. . . . . " , , C, '_-:�..:. .. ..� l-, V , .. , ,:.'.. ... � -',.L.. ... .., -,, , - . - - . -,----.:- - � - '.- .....j.". - . . ....,.I 1. .. m ..." . . : : -... ... -:.. . . . '.. ... , . ,..,. _ . ...... ' , � � -'fl. 1 - - .. :*;,..--..'�. . ". p. ' . ... t -, , "". � " e-". �,-i- .', itt.vfcti:ggrs�Mttb-in:ItOA:-7i�*d--Di,5 "" - r- "' - _-z _ r- . " � . .. - .- � ' - - .� '. '. :'..�.A..`-:"-"l' 0-'_: �; ". . . nW�!k,lgF!Stkn,;e-::..! .. .... ....... , . 1. . .. -. - . N. - rz'�: ".. � - " .. .- I." li...:,� - . .; - i -�;`._*��.".,'.._ ..,`l.._. .•. . " % - � is *,,�'.,..'.l......-I .- �* � .. - '-,.' . . - . - ".. .-:. ...N . . . . i....:,.. - ,?�.: , .,�. . _;': , -�.. v7..,-.- -. '. - � . ... , '... . .2r . - - - .�.;, , . , 7 . . . . ,.-,_, .. -'- , '., - - .. - . .. .., ..., " ..- rn.�. �:.z - iw�, ..; .. .* -u-��,:...;.%- -*."ez - ..... . ...%,j::-._r_.. ;,,,:im��:_-. I *. '.. .. ..- -�'. , ". . � .. . t.. . , . .,� .,:, . .�.t..... .�. _;: ...'...... .'11' .. .V� "'. ` .1 �!;�-'�ZL.�... la;.... : . . .., ..; ..-, ,.* .4 �.-', �,!. . -, '... . . . .. . :, m. ..*Nv - - . . q, � , : , .,.,.,..-. - ", - . . ,':.., --�', -,-Z'Y"... I.., ..-... -�. - - -- .. -, %.;�. *. - -', ...... �.. ... '. t•2 :1.", -.-:�-:�.,�*:-,-.`-:�:�Sir 5' - -;...j:.�;. '., -:� --"::- .:�..%. '.,.:�.- **I,,--. - 1- ! . - ��'. -.:;.�,':-,'.-:T�.*.'.�.',�'.F .'...r!: -� .; �:.!:._7',.<'.: ..: ..,.. , . . .. . ". :. "Z....�...- ....., :.. ... "....".. - -.-�:�[.; - -- - ... ,�,-,;-.. � . ..... . - ix-F W-t�IOG�3�mbp-)",6��'tr4-,Ct-p,rt,.P�,;Kom - F Y . � ;. . - . .. I.- . . . " ,$�-',:l ,:'' - _ , .. � i . ... . 4_`,-7� ", -, - - .." - ;PqF. orm).: - - * . - - 's_y*.-'�t.. :�:-, . .- . . .. .. .. w . .,. � - . . �1. - " - . . - . .:.. -: � .. - . .- .:. . . - ."7A,.: : . ". .*4.. . ., -, - W_ - .. - . . , , *� %. _ :. .. - 1. _�. - - 11 .4 _: - ...- .--.* - � . I t..:� ;. .. M ,,- . , .: .a.l* - .., . : ...'. . . .. . - -_.%� .!.......;. ... , �1: --*f I ..� , . _. . .. -:�:. o '..; ._:-, . ..: ., . .. " , - . - . - � ;. . ... ..: ... .:, .. . . . . ..;� . . . , . . .. - . . . . , . - . ...... , . -;__-1 . ..,. ... .. ,;..:' r . . : *.'- . .. . . . . :.,.. .. . ., -,.. -,.,.-.. '--,.-..-,.-X.. . '. .-___.....I:"!;-.-...-,,..-a..�•,-*.:�;- :v r. . ,,-.4 . .�--.�-. .� -. ..-..,% . -f;. "-. 1.,. -,-.- .y.�-!. A...Z..'. �-.,-,,-,t..- . %,. ._,r:.;,- ;, -<f:l,.": , ', .-- .1 ;-� �11- -Z.-�";-.':.,.-� : � . �-" ,- . Ir- �, . kc.- ::.:., ., .. , "Ni F TEX S NVATER DEVIEU i I.,.NT BOARD Disndi-sninge(i !"tto;fness Vnterj),risc 1.1'rograpi 1 Ce DBE Suhcontrwtor Perform, - Form - 6100-3 X-L-NIE OF VI'0JECT1iAIME %/:rj,,.A5e C4110E%_ OFLU-5- SUBCONTRACTOR CAQtP, ADDRESS 44oi • Tr N.-T-357 SL, Irm); 01'OSAI, TE - L E P I 10 INIF NO. F,%f A MAD DRESS - 140 - Si' s - PRIME. CONTPLA.CrORNAINIE : AV -OR DUSCl "'FRICU FAN'ORK CONTRACT.'-� ITEKOF ORK 'ID TO PIU ME 13 SUMMED TO T PRWE Cf. NTRACTOR ,%me Currcnrl�qr%ifi �z a ii,,ME tinder BE or WIInder EPA',.[ DB F N Pori m' I , sivn.41�rc nr Primc Contractor 7 L9 Print Ninic Nitj qaturcutSubcontrac(or I'riut rats. Nftoll, ) " es ..Title Date Nu • i K: 1 •'r'• � i'' ' . ry .. -�Air - ma 74 -3'�.�?EI�I#O,N�_'l�Q.�: �;;•=:�::.i.',+ r`::-t_`'•i. ;.�^_�r::,� 1<' ...- . _.., t-+i:-, ., }r �{•sir: `.. _ QD_. /gip f'•'s.._�' i t:l''.. ;r '' I .'r:+G.':�i'�rd.'-`t��. ass.?'1s«s l:-Y:S•r �.: :..:.. '�', "'�,.`��� -IT rysui �'ipx. c' F�in•rt�?S:. 8 r '`,t'sr?ay r�^-TL`•i•:i.i'.a_''_•ry. •c'Js�',•:rt•�4 ��:.e-:a:; Zi'` �-.rF,^, w _ \.�_a•,.�:��.:.-.'�y8'. .!: 'Y• 'i'. '�'• •13':?,�,%,:"r..�c,,. :h\3.j:•'%:;Fi1s:in .sl:: ti i .'j.e• - ' y 'L i_ 4 ^Xf- '�F ^ 1 4• v .i. y. s 1 e 1•,� � roars: ..�. a i• - r: , 3 Y _ a n - (r.:. ....... ..: it p,..r..•-;..:•••.. _.�: -n.• �a.- .: a •.. +w- r - �.�� ;.�.:.. - -.y ._ ..�,.:, ''C �=•• i. nY ,..f-k-. V.. ...: .x' .1.w �' :.f•.� :.�• ii._ - _ -fi:.'7�.' - rfe' •e'� .fin ��.` '��:�?>�i• - • �:..':..;:`. ` + C' 1 Y.� - .I••' a �i �..• - .�' • S. rt�t l•Y - -r. t -a J ' • hh Z• %+ r' . _ .,S tttfiebf` L ' cohtFactdi - it' r� ••.dW X' I2 - : , ti•: c h•: _ tizF, • •Sr `Ss•' i A. • , _ y, i,r' _ � ri. Sit •• '1'_ - -�_!.. Subcontractor is "ned'as a corm.** ;Mikjoblt c bzT, afindividael �rlio erters:into an �recment-v th a contmcortq pioCide _. ' seiyiecs pursuarit'tb aq EPX dwdid oLSnaueial aisistane' EPA FOP M:610Q3 (D3 S.ubcontideior Rccformance amj` '' " 55 ` '':'fl :• ::}': ' is /» '1 'l•: 'i, ` - 4 r. ; :r' ;.' r' _v_ -. ,i ': 7Y4 .... -'- 4 :'{' J. a a 4':"."1 _ ':yc. iY ci T , ' r: - vv ,• - _ ft:' ` i' i I u-rr__ . 1 y ��_ ,'4 n; 4._: S,: '1 /> rYT', - ,_ VE yyrrjj - _ - :' .SFr ._ .1 .�,N L.1 ...r• T.. .. ,'L,._., _ ..�,.. 'y:..d fl ,l yL:r.7 t/ a r:+;;S`.3-,a :�v i� :; e t :e . - -_ 'nl•n. _ A.nr-_ 5< 17•0.ia::'s:?.. f, .;,r.r!:,!:' ,v,.• . t. i:ti;;• :\ .n . f:k 4"�1w`._]�, -�- . ,., ZDss �aa . eIN Biisih8$-' %t r"itise � rca r'am- it - -- {i- ems" >ac-=,1r:: ,;.{`:i;t r ,;: r-'p.�.,, .: ^'1:,.: _:1111, it +, ,!•.. N: .:). v i:'Cf:... '1..J :'A, � !..:•:� - __l'-+. 7.1': •4.><n"w.->:j::i�.i ',�!:.:":_• f�Tl+v- i!��,^ '-•_ '.C•.4^.+r:¢FM1,,, _•. :_j,:�..(;`%4. ., _A ,.a.,:1eM,., c{.z,. ..+r.•::;:;:;ew:.....; r3.; :i; ., .•fi t•._f -� .`.I, r=f'•`:i`: ,,.[, t..,:. u,:'r-, -. , 1 ,{r,...t•, . ::L, . _�,... 1- ..!-:'i, wi•:iE`::r-mii:; '=':;Ss:� -- -y :•:, . ► i;l.- :,*.* •I. �.-1 _--.�:�{_:.�-<,:�.�.,:!�.: ,1J '*p.S.`;lYb. 'it Yactor}�P- ..:rti �n r�-,v:�'r:'..;I•. �:�/:7 - .,7:.-, ;v. J.l ,,.... ;f �:�{�... j.,:: �j��jr'7- .'•;Z{:,d,�i.. .:C r,rr ,;..': _•.'�,_ _.F ''?= .. :.6!:i', ,a• A. 1:afL:••:d,:v rr...,,•,.n.•:,:,,. i:..rTa.-. X, _d P ,<±'-a.. :1iS:. _�,., - ''�= a.. i.', ,,:" y. ..n a. ;ri,..n t d.,1:.' i;?:.,...,. _ram;" _ ?..x:: )) •,fir vf:. 'ii ''V .,,,. .,r,.. rf - s�.A__- m j:f 'YL`�4;v .'dP:y +„r .:1>^, _vYti?:, L,. _ •.fr ,Y::: f=c ,A., -� i T.: ' y:.a:. r:•':. t.. y a k' h 1' l _ L . :l • ;'L:_: .:/a: M ,.a.4 ` ..I_x�::_>•.. - .t,L.,;.,:.;`:,::iat .d:nk }i a?�_"-',i! _..f'..!!:: ,,.,�:,.:�.- sr: �i:'.« {i.'• 'r•.,Lv;.> s„ „.ut.,:,!•r';:y. '.3.ra� :::ra.:t; ,r,•.,r:f::;:a..'•.:.y;_.;'a@' t • *1 ..' ...-:l; I=.:; D, j�T V =r�: . ,)y1l•'•s'it-�.: _ .'2,:.;.. _.i, r , ��Q .(Lfit;%•:r3:Ci.'IC.:iiiE._L+f�CEK,... _ .. •.x , . ,,. n::Y i1-71a:•a _,5i fHa +f •:�;�;,_ r,�. .I •']I:c.aS' .+'^ .4s••• - - :4•I;'.'.,. ,;. �� fi .b': ,.ice' - ''ib`i"3.:. r :,�r.':" ?1 _..hrd•}•„r• :. 'Ti:_ ':l:,ti�`•.- "-tx - .: i,.i_o j .tr ,c. 44:' 11 . 3 .,, i* a .1z. . _:r�:h_ - i^ , % i,5.-'a :''- - .:�> G.L. Cr.}: i.tx`F'}L,i<f:l.:ii•�•.•;h;,t.:. ::i`4: •-•i•i5' �r'..--P<,+,, ti:'`• -No('C . C:.v...., • .. . 41.�. • L • .•yl:.ryj 1. J . x,v,,,,« rh ,c ::J. r >. s'- f.i."-. . -Ik• {r , W ,� ,�' t, �, y : r_. ::*? t> { � { x, K { - �] _ i �`'f% : rei iv - . %M' �L .fE���" `��" fit' .li: •.x r. `I'. w 1 W t.i` w M' . `.1 1: L. r _ :... ::!. 1=; ':' •f,. f. e.C`::;.•`.':i'i:,. is r"�w^ : y:: •.�. (� ,y� r nv'' _ sC'' , _+y ;;, :,i:.0 .. Ti:,;;:Y. .y;. e;; �J r. tws:�esw 1-1-..,. {!t.,,••'i}cl' :tTCiJ.• )': A ,. F�+ ._ r•a:•5,-.,.. :N.: ..i> .r,. .{ rl•, -f, :.,_- :.cii. .. 0",:....A ..�-..'G`.:'.: ^.it:.. __, .igB:::.'+,j ;e'+!a¢ , v.. r:: I• 4' ry s i; °:C _. {f+'fir fw��,e�,�_a..;�, I ,a-_ •ir.•:,F� _ ,T,, �_'•1•' i` _ :';� `�?` i':fi= - f,,;_ -.-, R.. M19:` :3 L`iv.1 j .:�. ,.r^ w:.r Y.i' _:T 'Oo i. •,z: :yfi�Y}. ._F;i+'„caJ,:ra._ in,_ - :,,="+r.~`.'i'1:•'".: ..,arr:.."ts��;`s=^::, ,.:�.�r.: :';Ei7::'�?'S::_:,?:�,f`t=��:w. :. ,..: ,. :c:- .S:tiir .. ..r • .fix.' ," s-7, . `�s:.��; s�:_ ��7YrS� < j_f•i t Q Q[[�Oit � i�y� U :(�31 t'SER _CF:S`�=;?' ] « P�CE+.1DRz I. `='J-- ?T T i K ,iF•. !"x"s :,n :ash _ •,,f.�9{-Y�y"_'rir.:a•:'i.,{: �zwF %i�`L' : c rI' 7. L'i'i!+,a: a '..,� :k ♦ Y •?� t51',s, ,; f i i 'r li t7 •, �. , Tar , Lt t R 5G I tE"l c ( Ly: " ^1 S�+ rw: r?s -' •i - :;f'ti,_ - r. ®n ir,T••; _ _ ..{_..-Or' rr't,,, ,.�! ID°9D •ajirjrr•.•�`r;:{�'t- J'�:i �Y; "Jp`'?'T"��L' I: y +<. •k"11 {,. . _2. •Y r. .•:J,,.�-r -:,r Ir'',/�.'ki r .'i rl+ �.��r 'f i7 ..,{!�. �.�. ;{r, '�_, iu%4.,f,, ?fri� S-J �:15:: ',* .y:'✓,r t, �qR& IL. ,'�:.. {?;r•, 4i1••-n R>i #• ,pu• r iy, ' Tli: J ,. `, ? •y 4'?fir. igi f I:..: .l.!' 2 ,c^•P:: •.; c�••,,, Ga� s '''= aJ.Si�r'Tf ,• <. ,a ,,:a'' `':i .__(� gy=''t i' ; • t'JN�;'1' Y } '•` ' .ir:7r"'. t y •ii ?:S FLS=f -tr•' ':.x%7^ �'•iH* . i..yP, � ` , o -` y •Y� •k �. r7.`y ^..E: (� 'p ,{---' A, T�,. r'� o:, q,., ..A.L �-`" , i:;" S - S:'7• ,>xiid• .�� _i:�s a ti,�r- a; '''1 '.^ �4F'. S>:xi.;i: .�: y rd:., f, a}r.r •,:_v.,..,..�.. ,..r•,•r.y :i i2. itif z .,rii ,+,b.'„'if°.4:. .,;ywf'".,,r,y,. :.'•i��' ., Id: t.liF" ?1'k, n, >r;' Y.,:"er'•i t , a,i,r �-...t ,.,,e, �..{j \ '>lu. �;'a:T _..r .t d.>s• "?'.i y� i- ;.gag .•^'�T''t.•r•�+•�;,. •:�;.::./._il,r•� iacll;,:niiiia-:_._ _ rr_I,.f{:• �,' 1-11�: �`�,.,i....•�f2 1'.1 ,� _r..-fr�,J. .7„_.,. rw,:c�',•I <.,,iS::.� n^'«.f+±,sry,.r+l:iKh :.•,.od>•t,{•.•:,ew:r. .,.r•.:'�T•%.;- "iz,...«. ,.,,ii-,I,..f..c _xR. i::- •-jf?,��5'•y.i...r.::. �_�_J .:r -,:^. ` •-,7P?': d'"+S':'.•.'a•- g ":i`...,,;-2:,.•.Mr�',p•ts:': ^v- - }.:n .. .,:.. . ,.. •,Yr .,' :.: A, ... .}'! ': .P,- v.-, rD,.J r•. iyt.: ,3_. ::7.:::.� :'L•: ,- ' r: 'aAT: .,,l'. r. . z S r.• e 4.;: 4 L. _. w. i i, ' r c.- . - - l Y.I.. .7r :xY" `�.'•'':' - i Y.S :" a'): 1 ty n . :_ ��yJ� r. t Twm N t- _7!}s« xrr^. - ' 7•. 1:� :Ji". rE?Y .T' ai 7 :Y:• :''1 i ..,. -.. 10A...,.Nat .. .r, :'^;.•" t 4 r5 Nd .. ,. ..... . r, N.. , a .!r-•rc r j."r . Y ::a d x� ,a C•: i _ s a, ••irz =wE•h - y:: ,. h 3" YM1;. :!may:•' - �1 ;:G, Ti:C: 'r ::� _ \ . NA.i - r .�+4 L i` `i, /+% i') 4''4 y I% ~ _ '9' ti:: w .XJ a. u. :4:.1- Y w,,r• {� � _. r vJr �. 3 1 •• 1•• ^r( ,_ y.:.ry„ •.>.,.,: Z+ t ,N...,-. .}aril.„-._..li ...-::f,.. ,•:..a..f,,.._ , ea::aa.,..:.a r;:(: ^i: - �. - et - Z�. . F ,f.•.-n '. to , lw. , �( •.p•i ,.+ R?..rr : _ r.lr,;,( , ;,rl.,...:;.., - 4fs. i a,my' h n1 %" , a '•tr y' 13' .:, /� ,K sN, , VICS r-%'_ ,r I %: r hr'S_ .,:- T•...a ..a a,ri `fix ,:-r: u,..l.-.. -L, , S. Y-f . .Li'1.� fir, 73I"Z nL ; .�:is%!, �» :'c . ri- k`qq N 1''?• :: Gt'S" FL,r I�' ., . AI C . �S �� t.. M 4 �Pr 3.:r •-r� -'A....,.... . .'r.r >S }/{y err :`ti•''.:��i' �`e,. •}. a��• J .' M0, - ff rG- ='J h Y 1f :J .,,,. r'•• y 1 s L C, Gr:.:. •3 G. mil. •.as •�� _ ,i,.,_,.. _ i•. _.1 _i� t•ii:• {.. ':ii i� _- - .1 _ r 1y',. ':'t:.e:L' `.' f• 1. {; -. .�r;: I ba P,r e Go "!ra for 't;,•..-.. < F rUa"te :. is , ` fi. �- :i Y. a 5+'. i y 5 wl 'i^ { 7 nY -L `' S.. vii ,. .y S �. ~$ .I.:. J' ^` t• rfo }, e;� - :. •l . :�L?h':1 : Y..,1, . :n„' 'Ah:.!�''f I:-,': ' 1r,::'r :i < {: 1!'N ' - :k. :SU-i 7 'I:.:.. r.. M::: 3 +p^, a ; ?\._ yf a:,?.�%'..,�, �.m r:.h a.4,}7 •R. L. w. yr" --'=11, ••.T:: .,'r :" t:l'' it::_O� (`OCt '8 jp..: '.,.;X, 6->•:,..: .r:,:j.'=,:.r: :sa;,:<.; i-;,;. � ;i.•{iti:i a_ r. chub. ct6si at T .. r(:„•_ r , 'j:T... .s: -, .. xY_ L 't fix, S.• =x. arti.w. 'x . t •t." C- i:r , t' a "7: >~ 'tle:.:� A.. r �f ;t { ir.'' . ,1. kt 1 a C.:. .c r i-• ':'r't-•i:Ll• _ a• ,t..- =7r i;'t:f . ::f4. _ ,i,: :'L i i :': '�S .,, ii ''S:� ,'L�� "'a °;i: f. `'r' - r ".. i -"; :, - 1 ~ •.V. •' ,:' [3''' f� %.•y'_ - 4 Vic.•'. : i' _ M1. '�S' `. G' _ ''tip _ (r- ii - - 'i `•::- - �:" F :i• :i; n,* ", y'. _ : t.f vt :r - r'r. "Su6coteuae;I. _iir:i9dp(ne�'asicpmpOO .a..y.,,, iii4jotat:Venture;_orindividusl'.whoenten;iitoilii:e Bement:witk,e-confiecto[:tir:prov4de', r 'Ifs i :Y= SCfY �'t to "y,w- Usd'1:; r:e: uSh EP:iI w tiro Li "s `c' P.USs �.. orb 1 dt rsiiin d: I ::.y- r=; t4:, 1. - •. ''" �',t• J l iy1lz _ S` :• } 4 i 'EPA .ORlvf' •�$� •''c�r F 10 3 E�5,i6 t- c e" tilt rP isnct'.` 36 W . d' �Foin1 U• .:Ca - .q.: - '.4.es' ;r': f - i' .. •r� ;n. •.ir..- - •S.. fir:. - ,y'v. ,.:1.'- _ �'�• ;n �D ELQ;PlUI��TB:OA�RD�°' �" � .r. iiC,.x ��k'•.1t},•, :a�:t;;:.. .: it'+: tia;..:: �3avL_ �]��;::, .� n .._b. B s . P;ro..r. `- s:4 1� imig F- r m •nc ,y li:Y 4.: -r .. yr? ..,. :�"i• set -.b 1•i _ •�6._'U 3. 1 +r r+• - fi nx^ c wk 1� j O : 1 - _ 'I) t P�iu;" � . .is • n Hr roi4!. ice:" .1 •:i phi~ - .,ur. a... r, �M i.i ••may. •:r. :5' -f,., + : •ram., !:: .i1A'�t%r.'A.'�nii��r'i�1'14..._r<.r_ .,.,....� ..., :. _- - . - _''t�-'_:....._.:.....:: litn-'�"'.�' i:. , . -.... •. :.. , ... _ .. , . i .n - �Cc r*�;e .Y+ u'? �;lJ•fi;. � s, ..ti ... r:.. ':: _... :•.r'..-�' � .�•J �1. ter.,^"_ - 'Nf:r" i! O TO} 1 C.• •actor t •~'c' iticilt 1 $ubc�ntpa oras'de'fiae8:as;i:copri �zn" ��f'rin''ointtveutuie; oyind{. ulua( ho•cn:�rs {n. _ . ti •' •c`a.issi tan c'"'� award�o � an { I s 'cc' u: o'aiiGto� R ffin "L - 'i'1: +r +b' . 0 • •,6�1 j•0� � B E'S 6 ootra lore •oin Y: '1 r'F t •1 - i• is •' •f' . i •r= - mar, .1,• : �:. rc.:-' ^ •T~' ' i' v'. `: '- r- +r TEXAS WATER DEVELOPMENT BOARD Disadvantaged Business Enterprise Program C DBE Subcontractor Utilization r. I C� Form - 6100-4 BID/PROPOSAL NO. NAME OF PRIME BIDDER/PROPOSER n q. ADDRESS PROJECT NAME 1%st.} C Cep t�-14 Z E-MAIL S i,-W3,� t @ u.ara c-o-- ADDRESS 101U5 U - W Lo P Fl-,:ZN , -7S0-vi' TELEPHONE NO. q'n- 3 01 - 41?�w FAX NO. I 4-12-3qrz,- 4 4- The following subcontractors will be used on this project: COMPANY NAME, TYPE OF WORK TO BE ESTIMATED CURRENTLY ADDRESS, PHONE. PERFORMED DOLLAR CERTIFIED NUMBER, AND E- AMOUNT AS AN MBE MAIL ADDRESS - OR WBE? %cteAr 5CA,.-:�—&-Sin f6kA, i44,v'Iuvz.2es T�2oS�„ 3 12q,00O.— r4m/ur3E N.1%ct— l64'7r'tC.teo $I51i-°12Re( Ste*+ 56o,,;c�?+c. J 1-I4wlr' t� (`/krClct.-a- 3 81, gap jq&vU4 Q.O Ile,` �Zv'1 0-1 &- . Ti. -71.9 ,u I �4LT : Acsoc.�•�. P 0. 7✓.0 tof.b 11uli Ta '1474S4 i h4LT¢G4 I certify under penalty of perjury:that the orgoing statements are true and correct. In the event of a replacement of a subcontractor, I will adhere to the replacement requirements set -forth in 40 CFR Part 33 Section 33.3020. . l fie �0 l�� 117o,'F §ignature of Contractor ' bate Print'Name Title Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 61004 (DBE Subcontractor Utilization Form) 02/09 C ri ED-103 01 /03t01 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF a11113 BEFORE ME, t i'"T& a Notary Public duly commissioned and qualified in and for the County of in the State of Texas came and appeared W KX. INZ , as represented by lexa-i-bRbui(5 �Ccnsc. the corporation's CIO , who declares he/she is authorized to represent L ) -Q - � pursuant to provisions of a resolution aadopted by said corporation on the day of 04kor , 200q 0 LF (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of -I) -g-aod ulzt, declares that AW L)KKrnAo3 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 0C 1 day of 200 9 A.D. r N , ALLIS®PI R. STUFFLEM M Printed Name State of To>oos My Commission expires CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE Name or NaGes I hereby certify that it was RESOLVED by a quorum of the directors of the a.7..LP name of corporation on the day of , 200j, that ) lj� M tines authorized to act on behalf of and U 4. ajjCr. w.f. 11JA name ofco ration , meeting , be, and hereby is, representative, in all business transactions conducted in the State of Texas, and; , as its 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 ZM — (seal) _i 1 day of , 20d( . Secretary r BIDDER'S CERTIFICATIONS t ,X& �-.a� s�tccfan t�1rt 'L Project Name wRD-255 09/12/01 Project Number q),?.l 19 Contract For —C=n4—r7V-- [-r_ U-k9,-&L QThe followin; 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. ( ) I have participated in previous contract(s) or subcontracts) 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. y (A) I have not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I' () I 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, j , or permit my employees to perform their services at any location under my control where se- egated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $16,000 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. 01l.XmAn7 Ty ame & le of Bidder's Authorized Representative ,1 �lc�. ioWj; Signature of Bidder's Authorized Representative Date I,o x. hi 5ati &, U° 1 o1&51►vb Cei� na T 1� '15ar� y Name & Address of Bidder VENDOR COMPLIANCE WITH RECIPROCITY ON NON-RESIDENT BIDDERS F 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 F I.� 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 Q 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. A. 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. L Non-resident vendors in 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: X BIDDER: Company Iolt�5 2 w� GlInA.—%xab -150o City State By: (please k Y �✓l.Q,v�,...� t Signature Title: (please print) THIS FORMMUST BE RETURNED WITH THE BID Zip C 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 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. A�X�Odm 7�o Ty Nathorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. Part D Special Conditions PART D SPECIAL CONDITIONS D-1 GENERAL.....................................................................................................................3 D-2 COORDINATION MEETING.........................................................................................5 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT................................7 D- 5 CROSSING OF EXISTING UTILITIES..........................................................................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS..............................................................8 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES...........................................................8 D- 8 TRAFFIC CONTROL.....................................................................................................9 D- 9 DETOURS...................................................................................................................10 D- 10 EXAMINATION OF SITE.............................................................................................10 D- 11 ZONING COMPLIANCE..............................................................................................10 D- 12 WATER FOR CONSTRUCTION..................................................................................10 D- 13 WASTE MATERIAL.....................................................................................................10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE......................................................10 D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK.................................11 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES ............................11 D- 17 ............................... BID QUANTITIES............................................................. ............11 D- 18 CUTTING OF CONCRETE..........................................................................................12 D- 19 PROJECT DESIGNATION SIGN.................................................................................12 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT......................................12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL........................................................12 D- 22 CRUSHED LIMESTONE BACKFILL............................................................................13 D- 23 2:27 CONCRETE.........................................................................................................13 D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION.........................................13 D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............ 14 D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................15 D- 27 SANITARY SEWER MANHOLES .......................... .OMITTED D- 28 SANITARY SEWER SERVICES......................................................................OMITTED D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES.... OMITTED D- 30 DETECTABLE WARNING TAPES...............................................................................16 D- 31 PIPE CLEANING.........................................................................................................16 D- 32 DISPOSAL OF SPOIUFILL MATERIAL.......................................................................17 D- 33 MECHANICS AND MATERIALMEN'S LIEN.................................................................17 D- 34 ................................ SUBSTITUTIONS............................................:............... ...... 17 D- 35 PRE -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER OMITTED D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES..............................OMITTED D- 37 BYPASS PUMPING.........................................................................................OMITTED D- 38 POST -CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWEROMITTED D- 39 SAMPLES AND QUALITY CONTROL TESTING.........................................................17 D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE)................................................................18 D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................19 D- 42 PROTECTION OF TREES, PLANTS AND SOIL.........................................................19 D- 43 SITE RESTORATION...................................................................................................20 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST..............................................20 D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING.............................................20 D-46 CONFINED SPACE ENTRY PROGRAM.....................................................................25 D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................27 D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)......................27 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE..........................................................28 03/Ia109 SC-1 PART D - SPECIAL CONDITIONS D- 50 CLAY DAM...................................................................................................................28 D- 51 EXPLORATORY EXCAVATION (D-HOLE).................................................................28 D- 52 INSTALLATION OF WATER FACILITIES... ................................................................. 28 52.1 Polyvinyl Chloride (PVC) Water Pipe...........................................................................28 52.2 Blocking......................................................................................................................29 52.3 Type of Casing Pipe.....................................................................................................29 52.4 Tie-Ins..............................................................................................................OMITTED 52.5 Connection of Existing Mains...........................................................................OMITTED 52.6 Valve Cut-Ins...................................................................................................OMITTED 52.7 Water Services................................................................................................OMITTED 52.8 2-Inch Temporary Service Line........................................................................OMITTED 52.9 Purging and Sterilization of Water Lines.......................................................... OMITTED 52.10 Work Near Pressure Plane Boundaries OMITTED 52.11 Water Sample Station..................................................................................................29 52.12 Ductile Iron and Gray Iron Fittings....................................................................OMITTED D- 53 SPRINKLING FOR DUST CONTROL..........................................................................30 D- 54 DEWATERING............................................................................................................30 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.........................................................30 D- 56 TREE PRUNING..........................................................................................................30 D- 57 TREE REMOVAL.....................................:...................................................................31 D- 58 TEST HOLES.............................................................................................................31 D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION........................................................................................................ 32 D- 60 TRAFFIC BUTTONS....................................................................................................33 D- 61 SANITARY SEWER SERVICE CLEANOUTS ..................................................OMITTED D- 62 TEMPORARY PAVEMENT REPAIR............................................................................33 D- 63 CONSTRUCTION STAKES.........................................................................................33 D- 64 EASEMENTS AND PERMITS......................................................................................33 D- 65 PRE -CONSTRUCTION NEIGHBORHOOD MEETING....................................OMITTED D- 66 WAGE RATES.............................................................................................................34 D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE.....................................36 D- 68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN1 ACRE)...........................................................................................................36 D- 69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS....................................................................................38 D- 70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ............................................ 39 D- 71 EARLY WARNING SYSTEM FOR CONSTRUCTION.................................................39 D- 72 AIR POLLUTION WATCH DAYS................................................................................40 D- 73 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS.....................................40 03/12/09 SC-2 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 C1 — 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: Village Creek Reclaimed Water Eastern Delivery System Distribution Main Part 2 FORT WORTH, TEXAS CITY PROJECT NO. 00213 WATER DEPARTMENT PROJECTS NO. P 275-705140021387 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 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 of Fort 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. 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 03/12/09 SC-3 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRALTEXAS 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. INTERPRETATION AND PREPARATION OF PROPOSAL: A. 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, PO Box 17027, Fort Worth, Texas 76102. B. 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. C. 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. 03112109 SC-4 PART D _ SPECIAL CONDITIONS D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. 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. 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 awarded 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: A certificate of coverage, prior to that person governmental entity will have on file certificates persons providing services on the project; and beginning work on the project, so the of coverage showing coverage for all 03/12/09 SC-5 PART D - SPECIAL CONDITIONS 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. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 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 curren" 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 tho 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 oni year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within tel (10) days after the person knew or should have known, of any change that materialh affects the provision of coverage of any person providing services on the project; and 03/12/09 SC-6 PART D - SPECIAL CONDITIONS 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 of the 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: "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) 463-3642 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 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be 03/12/09 SC-7 PART D - SPECIAL CONDITIONS constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. 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. 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 (as approved or authorized by the applicable utility company) for the support, protection 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. It is understood that the Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with the proposed 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. 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 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new 03112109 SC-8 PART ❑ - SPECIAL CONDITIONS line and the existing lines from these possibly excessive loads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Anv damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor to repair any damage to the existing or proposed lines, if the damage results from any phase of his construction operation. D- 8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition 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 Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the CityTraffic Engineer [Tel (817)392-8770] at or before the preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website. Although work will not begin until the traffic control plan has been reviewed and approved, the Contractor's time will begin in accordance with the timeframe mutually established in the `Notice to Proceed' issued the Contractor_ 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 817-392-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above -referenced 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 reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The lump sum pay item for traffic control shall cover design and / or installation, and maintenance of the traffic control .plan. 03/12/09 SC-9 PART D - SPECIAL CONDITIONS D- 9 DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D-10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions, which may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D-11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D-13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to street improvements or to abutting property. D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: Sweeping the street clean of dirt or debris Storing excess material in appropriate and organized manner Keeping trash of any kind off of residents' property If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- 03/12/09 SC-9 0 PART D - SPECIAL CONDITIONS of -way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make -- a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. The City of Fort Worth shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and completion dates, including sufficient time being allowed for cleanup. The Contractor shall not commence with water and/or sanitary sewer installation until such time that the survey cut -sheets have been received from the City inspector. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage -type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCOR) who will erect temporary mechanical barriers, de - energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to ONCOR, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCOR company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C44.3 conflicts with this provision, this provision controls. No claim Will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. 03112109 SC-11 PART D - SPECIAL CONDITIONS D-18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D-19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). 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: For Questions on this Project Call: (817) 392-8306 M-F 7:30 am to 4:30 p.m. or (817) 392-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under existing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been 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. 03112109 SC-12 PART D - SPECIAL CONDITIONS D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and Division 2 Item 208.3 - Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents. D- 23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call -out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights -of -way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material_ Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C' back -fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: 03112109 SCA 3 PART D - SPECIAL CONDITIONS • Less than 10% passing the #200 sieve • P.I. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 1 /2" 40-75 3/8" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by mechanical devices specifically designed for compaction or a combination of methods subject to approval by the Engineer. Backfill material to be compacted as described above must be within +-4% of its optimum moisture content. The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, an labor costs of excavation and backfill will be included in the price bid per linear foot of water an sewer pipe. Type "B" backfill shall be paid for at a pre -bid unit price of $15.00 per cubic yard. D- 25 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS The unit price bid under the appropriate bid item of the proposal shall cover all cost for providin pavement repair equal to or superior in composition, thickness, etc., to existing pavement a detailed in the Public Works Department typical sections for Pavement and Trench Repair fc Utility Cuts, Figures 2000-1 through 2000-3. The results of the street cores that were conducted on the project streets, to determine HMA, depths on existing streets, are provided in these specifications and contract documents. 03/12/09 SC-14 PART D - SPECIAL CONDITIONS All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with required materials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Construction Services section will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Construction Services section. D- 26 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. The trench safety plan shall be specific for each water and/or sanitary sewer line included in the project. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub -Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near -vertical surfaces between levels. 03112109 SC-15 PART D - SPECIAL CONDITIONS 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre -manufactured or job -built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timber system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of embedment or bottom of excavation. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. D- 30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 2Y2 pounds/1 inch/100'. The tape shall be color coded and imprinted with the message as follows: Tvve of Utilifv Color Code Water Safety Blue Reclaimed Safety Purple Water Sewer Safety Green Leqends Caution! Buried Water Line Below Caution! Buried Reclaimed Water Line Below Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D- 31 PIPE CLEANING 03112109 SC-16 PART D - SPECIAL CONDITIONS Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be installed on all exposed pipe ends during any period of work stoppage. D- 32 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise 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, Contractor shall remove the spoil/fill material at his expense and dispose of such materials in accordance with the Ordinances of the City and this section. D- 33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. D- 34 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 fumished, 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 purpose. 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 of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. 03112109 SC-17 PART D - SPECIAL CONDITIONS B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in -place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D- 40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) 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. 03112109 SC-18 PART D - SPECIAL CONDITIONS 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 necessary. Unless 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- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D- 42 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or better than prior to start of work. Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1° diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights -of -Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the 03112109 SC-19 PART D - SPECIAL CONDITIONS Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. 0 No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D- 43 SITE RESTORATION The contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one -tenth (0.1) of a foot. D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2. SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. 03✓1Z/09 SC-20 PART D - SPECIAL CONDITIONS MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass --- secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shall be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch centers at proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread 03112109 SC-21 PART D - SPECIAL CONDITIONS uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) I; Mixture for Clav or Tiqht Soils Mixture for Sandv Soils Dates (Eastern Sections) (Western Sections) (All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 I to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL -SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 03112109 SC-22 PART D - SPECIAL CONDITIONS to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross -sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D- 45, Construction Methods, is not applicable since no seed bed preparation is required. DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately one -eight (118) inch. The planted area shall be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ground has become sufficiently dry to be loose and pliable, the seed, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is 03112109 SC-23 PART D - SPECIAL CONDITIONS obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one -quarter (1/4) inch. The planted surface area and giving a smooth surface without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three -tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE -SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re -seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit -seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit -seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20- 0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. 4 In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry 03112109 SC-24 PART D - SPECIAL CONDITIONS and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D- 46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. 03112109 SC-25 03✓12109 PART D - SPECIAL CONDITIONS SC-26 PART D - SPECIAL CONDITIONS D- 47 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION 6. 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. 7. 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. 8. 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. 9. 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. 10. Final inspection shall be in conformance with general condition item `C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D- 48 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) 1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree augering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 4. Nothing shall be stored over the tree root system within the drip line area of any tree. 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel' method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor shall employ a qualified landscaper for ail the work required for tree care to ensure utilization of the best agricultural practices and procedures. 03112109 SC-27 PART D - SPECIAL CONDITIONS 9. Short tunneling shall consist of power angering or hand excavation. The tunnel diameter shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D- 49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D- 50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at� locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D- 52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC) Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 03112109 S C-28 PART D - SPECIAL CONDITIONS 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal -tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non - concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 3/4-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service Taps to Main. 03112/09 SC-29 PART D - SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the sampling station, concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees". ii B. ROOT PRUNING EQUIPMENT 1. Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 3. Steel "T" = Bar stakes, 6 feet long. 03112109 SC-30 PART D - SPECIAL CONDITIONS 4. Smooth Horse -Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge). 5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 6. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 7. Survey and stake location of root pruning trenches as shown on drawings. 8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 9. Backfill and compact the trench immediately after trenching. 10. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 11. Within 24 hours, prune flush with ground and backfiil any exposed roots due to construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer. F. Tree Pruning shall be considered subsidiary to the project contract price.. D- 57 TREE REMOVAL Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. 03112.109 SC-31 PART D - SPECIAL CONDITIONS If test borings have been made and are provided for bidder's information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No (CPN)., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre -construction notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The flyer shall be prepared on the contractor's letterhead and shall include the following information: Name of the project, City Project Number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of f water service until the flyer has been delivered to all affected residents and businesses. .� 0311 v09 SC-32 PART D - SPECIAL CONDITIONS �. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector.. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. D- 60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide smooth rideability on the street as well as provide a smooth transition between the existing pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary pavement repair pay item. The contractor shall be responsible for maintaining the temporary pavement until the paving ..U1/ contractor has mobilized. The paving contractor shall assume maintenance responsibility upon such mobilization. No additional compensation shall be made for maintaining the temporary pavement. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavationlor stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D- 64 EASEMENTS AND PERMITS 03/12/09 SC-33 PART D - SPECIAL CONDITIONS The performance of this contract requires certain temporary construction, right -of -entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right -of -entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right -of -entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the consultant who distributes the plans for the project. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required for construction of this project. The Contractor shall be responsible for thoroughly reviewing, understanding and complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permit(s). It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For railroad permits, any and all railroad insurance costs and any other incidental costs necessary to meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be included in the lump sum pay bid item for "Associated Costs for Construction within Railroad / Agency Right-of-way". No additional compensation shall be allowed on this pay item. D- 66 WAGE RATES Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailinq Waqe Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), 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. Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial 03112109 SC-34 PART D - SPECIAL CONDITIONS determination, before the 31st day after the date the City receives the information, as to whether �..� good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The contractor and each subcontractor 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 .-qw� actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Waae Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. (Wage rates are attached at the end of this section.) (Attached) 03/12/09 SC-35 PART D -SPECIAL CONDITIONS D- 67 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR Part 61, Subpart M. This specification will establish procedures to be used by all Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with NESHAP. Nothing in this specification shall be construed to void any provision of a contract or other law, ordinance, regulation or policy whose requirements are more stringent. B. ACP is defined under NESHAP as a Category II, non -friable material in its intact state but which may become friable upon removal, demolition and/or disposal. Consequently, if the removal/ disposal process renders the ACP friable, it is regulated under the disposal requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas Department of Health. The notification must be filed at least ten days prior to removal of the material. If it remains in its non - friable state, as defined by the NESHAP, it can be disposed as a conventional construction waste. The Environmental Protection Agency (EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced to powder by hand pressures. C. The Generator of the hazardous material is responsible for the identification and proper handling, transportation, and disposal of the material. Therefore, it is the policy of the City of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or not. D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and prudent manner that it remains intact and does not become friable. The Excavator is responsible to employ those means, methods, techniques and sequences to ensure this result. E. Compliance with all aspects of worker safety and health regulations including but not limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort Worth assumes no responsibility for compliance programs, which are the responsibility of the Excavator. (Copy of forms attached) F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe unless otherwise stated or indicated on the project plans or contract documents. D-68 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER THAN 1 ACRE) 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 perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management 03/12/09 SC-36 PART D - SPECIAL CONDITIONS Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at www.dfwstormwater.com/runoff.html. 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 MOB: 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 (NOT): 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 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. Copies of the project SWPPP's are available for viewing at the office of the Consultant disbursing the plans for the project. The selected Contractor shall be provided with three copies of the SWPPP after award of contract, along with unbounded 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 03112109 SC-37 PART D - SPECIAL CONDITIONS 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 ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a 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. PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. D-69 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF EXISTING WATER SYSTEMS It is the Contractor's responsibility to coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. The Contractor may obtain a hydrant water meter from the Water Department for use during the life of named project. In the event the Contractor requires that a water valve on an existing live system be turned off and on to accommodate the construction of the project, the Contractor must coordinate this activity through the appropriate City representative. The Contractor shall not operate water line valves of existing water system. Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 03112109 SC-38 PART D - SPECIAL CONDITIONS D-70 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information if requested may be grounds for rejecting the apparent low bidder as non -responsive- Affected contractors will be notified in writing of a recommendation to the City Council. D-71 EARLY WARNING SYSTEM FOR CONSTRUCTION Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: I. A letter will be mailed to the contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of Water Department, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Water Department's Public Information Officer. 4. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Water Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. 5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 03112109 SC-39 PART D - SPECIAL CONDITIONS D-72 AIR POLLUTION WATCH DAYS The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00 a.m. - 10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Air Pollution Watch Day, that day will be considered as a weather day and added onto the allowable weather days of a given month, D-73 FEE FOR STREET USE PERMITS AND RE -INSPECTIONS A fee for street use permits is in effect. In addition, a separate fee for re -inspections for parkway construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: The street permit fee is $50.00 per permit with payment due at the time of permit application. 2. A re -inspection fee of $25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re -inspection. Payment by the contractor for all street use permits and re -inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. END OF PART D - SPECIAL CONDITION 03/12/09 SC-40 PART D - SPECIAL CONDITIONS (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON WATER AND I OR SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> m Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 03112109 SC-41 imm-9PART D -SPECIAL CONDITIONS FORTWORTH DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBE (TELEPHONE NUMBE THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR SC-42 F 0 r O ff i c e U s e O n y a T A H P A N E S H A P E3 T H L V i 0 a 6 0 n a Y E S PART Q - SPECIAL CONDITIONS TEXAS DEPARTMENT OF HEALTH �, DEMOLITION ! RENOVATION *� NOTIFICATION FORM HOTS: CIRCLE ITEMS THAT ARE AMENDED T O H NOTIFICATION# t j Abatement Contractor, TDH License Number. Address; City: State: Zip: Office Phone Number. ( 1 Job Site Phone Number: _ Site Supervisor, TDH Licerksa Number_ Site Supervisor., TDH License Number Trained On -Site NESHAP Individual' Certification Date: Demofi ion Contractor- Office Phone Numberf Address: City: hale: Zip: 2) Project Consultant cr Operator. TDH License Number_ Mating Address: City State: Zip: Office Phone Number. ( 1 3) Facility Owner Attention: Mailing Address: City: State: Zip: Owner Phone Number( t "Now Tho invoice for lira notification tee will be sent to the owner of the building And the billing address for the invoice will be obtained from the Information that is provided in this section. 4) Description or Facfty Name: Physical Address: County: City: Zip: Facility Phase Number( ) Faclity Contact Person: Description of Area/Room Number Prior Use: Future Use: Age of Buildirtg)Facility _.Siza: Number of Flucrs: School (K -12): C YES O NO 5) Typo of Worts: © Demolition ❑ Renovation (Abatement) © Annual Consolidated Work unit be during: Cl Day ❑ Evening ❑ Night Phased Project Description of worts schedule: 6) is this a Public Building? ❑ YES ❑ NO Federal Facility? ❑ YES _ NO Industrial Site? ❑ YES 0 NO NESHAP-Only Facility? ❑ YES ❑ NO Is Building(Faclity Occupied? D YES ❑ NO 7) Notification Type CHECK ONLY ONE ❑ Original (10 Working Days) Cancellation G Amendment ❑ EmergencylOrdered If this is an amendment, which amendment number is "7,- (Enclose copy of original andlor last amendment) If an emergerwy, who did you talk with at Trill? EntetgeneyM ' Date and Hour of Emergency (HHIMMlDDffY): Description of the sudden, unexpected event and explanation of now the event caused unsafe conditions or Would cause equipment damage (computers, machinery. etc B) Description of procedures to be followed in the event that unexpected asbestos is found or pm (musly non -triable asbestos material becomes crumblod, pulverized. or reduced to powder: 9) Woe an Asbestos survey performed? ❑ YES Cr NO Date: I i TDH Inspector License No: a Analytical Meshed: ❑ PLM ❑ TEM ❑ Assumed. TDH Laboratory L-ioemse No: N (For TAHPA (public building) projects: an assumption must be made by a TDH Licernsed Inspector) 10) Description of planned demolition or renovation work, type of material, and method(s) to be used, 11) Description of work practices and engineering controls to be used to prevent emissions of asbestos at the demoli6anlrenovatfon: 03112109 SC-43 PART D - SPECIAL CONDITIONS 12) ALL applicable Items in the following table must be completed: IF NO ASBESTOS PRESENT CHECK HERE Approximate amount of Check unit of measurement Asbestos -Containing Building Material Type RACM to be removed RACM NOT removed Interior Category 1 non -friable removed Exterior Category I non -friable removed Catecory I non -friable NOT removed Interior Category 11 non -friable removed Exterior Category ll non -friable removed Catemry 11 non -friable NOT removed RACh1 Off -Facility Component 13) Waste Transporter Name: Asbestos Pipes Surface Area Ln Ln SO SO Ft M Ft M Address. City: Contact Person: 14) Wage Disposal Site Name: Address: City Telephone: (_,,,,1 TIMRCC Permit Number, TDH License Numl Stale: z; Phone Number: ( f State: 15) For structurally unsound faclllilm attach a copy of dernotit on order and identify Governmental Official below: Name: Registration No: Tilla: Date of order (MMIDDlYYI , I 1 Date order to begin (MMIDDNY) I I 16) Scheduled Dates of Asbestos Abatement (MMIDO" Start I I Complete: / f 17) Scheduled Dates DemolitionlRenovet on (Mf&DDP") Start: I I Complete: I t Note: tf the start date an this notification can not be mat. the TOM Regional or Local Program office Akrst be contacted by phone prior to the start date. Failure to do so Is a vtatatlon In accordance to TAHPA. Section 295.61. hereby carldy that all information 1 have provided is correct, complete, and true to the bast of my knowledge. I acknowledge that I am responsible for all aspects of the notikalion Form, including. but not fimiting, content and submission dates. The maximum penalty is $10,000 per day per violation. r � (Signature of Suilding OwnerlOperator (Printed Name) (Data) (Telephone) or Delegated ConsuttantlContracxor) 1 ax Number) MAIL TO: ASBESTOS NOTIFICATION SECTION TOXIC SUBSTANCES CONTROL DIVISION TEXAS DEPARTMENT OF HEALTH 'Faxon are not accepted` PO BOX 143= "Faxes arc not accepted' AUSTIN, TX 78714-35313 PH:512-834-136M* 1-800-572-554a Farm APB#5, dated 07f2WZ Replaces TDH form dated D7713V I- For assPstance in comptetinglbrm, call 1-800-572-5548 03112109 SC-44 PART D - SPECIAL CONDITIONS 03/I2i09 SC-45 PART D - SPECIAL CONDITIONS Highway (Heavy) Construction Pfev9i1ingWage.R,3tes'Fbr2008 .:- Classifications HourijY' Rates Classifications Hrhy Rts Air Tool operator $10.09 Scraper Operator $11.42 Asphalt Raker $13.89 IServicer $12.32 Asphalt Shover $8.80 ISlip Form Machine Operator $12.33 Asphalt Distributor Operator $13-99 (Spreader Box Operator $1R.92 Asphalt Paving Machine Operator $12.76 (Tractor operator, Crawler Type S 12AD 3atcho�g Plant Weigher 514.15 ITractor operator, Pneumatic $12.91 Broom or Sweeper Operator 59.88 Traveling Mixer Operator $1203 Bulldozer Operator $131 Truck Driver- Single Axle (Light) 510.91 Carpenter $12.et1 ITruck Driver- Single Axie f Heavyt $11.47 J(Rough) Concrete Fuiisher- Paving $12.85 ITruck Driver- Tandem Axle Semi-Traiter $11.75 Concrete Fmisher -Stnx lures $13.27 Qruck Driver- LowboytFloat $14.93 Concrete Pavinq Curbing Mach. Opef. $12.00 1 Truck Driver- Transit Mix S 12.08 Wagon Drill, Boring Machine. Post Hole Concrete raving Finishing Mach. Open $13.63 Duller 514.00 Concrete Paving Joint Sealer Oper. $12.50 I Welder $13.57 Concrete Pavinq Saw Oper_ $13.5d I Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.5 Concrete Rubber $10_61 Crane, Clamshell, Backhnoe, Derrick, Dragfine. Shovel $14.12 Electriczan $18.12 Flagger $8A3 Form Builder- Structures $11_63 Form Setter- Paving & Curtis $11.83 Foundation Dnll Operator. Crawler Mounted $13.67 jFoundation Drill Operator, TnFck Mounted $1e_30 `Front End Loader $12_e2 Laborer- Common $9.18 Laborer- utility $10.65 Mechanic $19.97 Milling Mactsine Operator, rare Grade $11.83 Mixer Operator $11-58 Motor Grader Operator (Fine Grade) $1520 Motor Grader Ooerator, Rough Otter $14_50 Painter, Strictures $13.17 Pavement Marking Machine Oper. $10.04 Pipe Layer $11.04 Roller, Steel Wheel Plant- Moo Pavements $11 -29 Roler, Steel Wheel Other Flatwheel or Tamping $10.92 Roger, Pneumatic, Self -Propelled Scraper $11-07 ReBlforcinq Steel Setter (Paving) $14.80 Reinforcing Steel Setter (Structure) $16_29 Source is AGC of Texas (Hwy. Hvy, Utilities Industrial Branch) www. acres s.gpogovldavisbacaM 03112109 SC-46 Part DA Additional Special Conditions PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS...........................OMITTED DA-2 PIPELINE REHABILITATION CURED -IN -PLACE PIPE..................................................OMITTED DA-3 PIPE ENLARGEMENT SYSTEM..................................................................................... OMITTED DA-4 FOLD AND FORM PIPE ................................................................................................... OMITTED DA-5 SLIPLINING......................................................................................................................OMITTED DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT......................................................................... 4 DA-7 TYPE OF CASING PIPE.................................................................................................. OMITTED DA-8 SERVICE LINE POINT REPAIR / CLEANOUT REPAIR ................................................. OMITTED DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..................... OMITTED DA-10 MANHOLE REHABILITATION......................................................................................... OMITTED DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION ...................................OMITTED DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM ....................OMITTED DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM .................................................. OMITTED DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM .......................................... OMITTED DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM ........................................ OMITTED DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER ....... OMITTED DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM.........................................OMITTED DA-18 RIGID FIBERGLASS MANHOLE LINERS.......................................................................OMITTED DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION................................................... OMITTED DA-20 PRESSURE GROUTING................................................................................. ................ OMITTED DA-21 VACUUM TESTING OF REHABILITATED MANHOLES .................................................OMITTED DA-22 FIBERGLASS MANHOLES..............................................................................................OMITTED DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........................OMITTED DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ................................................ OMITTED DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS........................................................ OMITTED DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE............................................................... 7 DA-27 GRADED CRUSHED STONES...................................................................................................... 7 DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE...............................................................OMITTED DA-29 BUTT JOINTS - MILLED ........ ............... --..................................................................................... 8 DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..................................... ..OMITTED DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................................. OMITTED DA-32 NEW 7" CONCRETE VALLEY GUTTER.........................................................................OMITTED DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ................................................. .OMITTED ................. DA-34 8" PAVEMENT PULVERIZATION....................................................................................OMITTED DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .............................OMITTED DA-36 RAISED PAVEMENT MARKERS ..................................................................................... OMITTED DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING .....................OMITTED DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ............ OMITTED DA-39 ROCK RIPRAP - GROUT - FILTER FABRIC...................................................................OMITTED DA-40 CONCRETE RIPRAP.......................................................................................................OMITTED DA-41 CONCRETE CYLINDER PIPE AND FITTINGS...............................................................OMITTED DA-42 CONCRETE PIPE FITTINGS AND SPECIALS...............................................................OMITTED DA-43 UNCLASSIFIED STREET EXCAVATION .................................... DA-44 6" PERFORATED PIPE SUBDRAIN................................................................................OMITTED DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS.........................................................OMITTED DA-46 ................... RECOMMENDED SEQUENCE OF CONSTRUCTION ................................................... OMITTED DA-47 PAVEMENT REPAIR IN PARKING AREA................ .......................................................OMITTED DA-48 EASEMENTS AND PERMITS........................................................................................................ 9 DA-49 HIGHWAY REQUIREMENTS..........................................................................................OMITTED DA-50 CONCRETE ENCASEMENT.............................................................. DA-51 CONNECTION TO EXISTING STRUCTURES.............................................................................. 9 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................................... OMITTED DA-53 OPEN FIRE LINE INSTALLATIONS............................................................. .... ...OMITTED ..... ....... DA-54 WATER SAMPLE STATION............................................................................................ OMITTED DA-55 CURB ON CONCRETE PAVEMENT...............................................................................OMITTED DA-56 SHOP DRAWINGS........................................................................................................................ 9 10/23/08 ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-57 COST BREAKDOWN................................................................................................................... 10 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY .................................................. 10 DA-59 H.M.A.C. MORE THAN 91NCHES DEEP........................................................................ OMITTED DA-60 ASPHALT DRIVEWAY REPAIR................................................................................................... 11 DA-61 TOP SOIL........................................................................................................................... .......... 11 DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..................... OMITTED DA-63 BID QUANTITIES......................................................................................................................... 11 DA-64 WORK IN HIGHWAY RIGHT OF WAY............................................................................ OMITTED DA-65 CRUSHED LIMESTONE (FLEX-BASE)........................................................................... OMITTED DA-66 OPTION TO RENEW................................................................................................................... 11 DA-67 NON-EXCLUSIVE CONTRACT................................................................................................... 11 DA-68 CONCRETE VALLEY GUTTER....................................................................................... OMITTED DA-69 TRAFFIC BUTTONS...............................:...........................:............................................OMITTED DA-70 PAVEMENT STRIPING........................................................................................... ..OMITTED DA-71 H.M.A.C. TESTING PROCEDURES...........:................................................................................ 12 DA-72 SPECIFICATION REFERENCES................................................................................................ 12 DA-73 RELOCATION OF SPRINKLER SYSTEM BACK -FLOW PREVENTER/CONTROL VALVE AND BOX.................................................................................................................................. OMITTED DA-74 RESILIENT -SEATED GATE VALVES.......................................................................................... 12 DA-75 EMERGENCY SITUATION, JOB MOVE -IN. ............................................................................... . 13 DA-76 1 % & 2° COPPER SERVICES....................................................................................... OMITTED DA-77 SCOPE OF WORK (UTIL. CUT).....................................................................................OMITTED DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT)........................................................... OMITTED DA-79 CONTRACT TIME (UTIL. CUT)................................................................ ....OMITTED ................... DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT).....................................OMITTED DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ....................................................... OMITTED DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .................................................... .....OMITTED ................... DA-83 PAVING REPAIR EDGES (UTIL. CUT)........................................................................... OMITTED DA-84 TRENCH BACKFILL (UTIL. CUT)....................................................................................OMITTED DA-85 CLEAN-UP (UTIL. CUT)...................................................................................................OMITTED DA-86 PROPERTY ACCESS (UTIL. CUT)......................................................................... ....OMITTED DA-87 SUBMISSION OF BIDS (UTIL. CUT).................................................................... .. OMITTED DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)....................................................OMITTED DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT III (UTIL. CUT) .................................. OMITTED DA-90 2° TO 9" H.M.A.C. PAVEMENT (UTIL. CUT)................................................................... OMITTED DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)................OMITTED DA-92 MAINTENANCE BOND (UTIL. CUT)...............................................................................OMITTED DA-93 BRICK PAVEMENT (UTIL. CUT).....................................................................................OMITTED DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)..................................................................OMITTED DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)...........................................................OMITTED DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ............................................ OMITTED DA-97 "QUICK -SET' CONCRETE (UTIL. CUT)................................................................... ...... OMITTED DA-98 UTILITY ADJUSTMENT (UTIL. CUT)..............................................................................OMITTED DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) _.....OMITTED DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)......................................OMITTED DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) ........................................................ OMITTED DA-102 PAYMENT (UTIL. CUT)............................................................. ..... ............................. OMITTED DA-103 DEHOLES (MISC. EXT) .............................................................................,................OMITTED DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)................................................... ................... 13 DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.).......................................................... 13 DA-106 BID QUANTITIES (MISC. EXT.).............................................................................................. 13 DA-107 LIFE OF CONTRACT (MISC. EXT.).................................................. ..OMITTED ........................ DA-108 FLOWABLE FILL (MISC. EXT.)................................................................. .. 13 ............................ DA-109 ....................... BRICK PAVEMENT REPAIR (MISC. REPL.).............................................................. OMITTED DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)................................OMITTED DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)................................................ OMITTED 10123108 ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-112 MOVE IN CHARGES (MISC. REPL.).................................... ...... OMITTED ................................ DA-113 PROJECT SIGNS (MISC. REPL.)............................................................................... OMITTED DA-114 LIQUIDATED DAMAGES (MISC. REPL).............................. ..OMITTED ..................................... DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)................................................ OMITTED DA-116 FIELD OFFICE................................................................................................ ......... OMITTED DA-117 TRAFFIC CONTROL PLAN..................................................................................................... 14 DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ........................... 14 DA-119 CATHODIC PROTECTION SYSTEM..........................................................................OMITTED ASC-3 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Work shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable- B. MATERIALS: 1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.10 and the following: a. Field Strength: 35,000 psi minimum. b. Wall thickness: 0.312 in, minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS DI A. 2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the backfill has been completed and then shall be removed from the site. 2. Pits and Trenches, 10123108 ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backiilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and .lacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole, By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel -forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. 10123108 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS C. The Contractor shall prevent over -belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Jacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval, The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas, Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud -jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made 10123108 AS C-6 PART DA - ADDITIONAL SPECIAL CONDITIONS between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable sub -base. The total depth of excavation could range from a couple of inches to include the surface -base -some sub -base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with 'Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A,C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot -Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-27 GRADED CRUSHED STONES This item shall be used to repair the failed base material in areas exceed 8" deep as directed by the Engineer. The material shall be graded crushed stones. For specifications governing this item see Item No. 208 "Flexible Base". The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. 10123108 AS C-7 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-29 BUTT JOINTS - MILLED A. Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of Pay Item No. 9 - Wedge Milling. The configuration of the butt joints is described in more detail below. General details of butt joint locations - along with wedge milling in general - are shown in plan form at the back of this document. B. Construction Details Prior to the milling of the butt joints, the Contractor shall consult with the Construction Engineer for proper location of these joints and verify that the selected limits of the projects' street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the street section to a tapered depth of 2".. This milled area shall be tapered within the 20 feet to a depth from 0" to 2" at a line adjacent to the beginning and ending points or intermediate transverse items. This butt joint - when overlayed - will consist of a asphalt section that will transition the new overlay to match the existing pavement elevation.. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. C. Measurement and Payment Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint -milled, measured as above, complete -in place -in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul -off, tools, labor, equipment and incidentals necessary to complete the required work. DA-43 UNCLASSIFIED STREET EXCAVATION This item will be used if additional excavation is needed that is not covered by 08" PAVEMENT PULVERIZATION". Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade and City standard specifications for street reconstruction. All 10/23/08 ASC-8 PART DA - ADDITIONAL SPECIAL CONDITIONS applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shalt be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement, DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. Payment for such work as connecting to existing facilities including all labor, tools, equipment, and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM. DA-56 SHOP DRAWINGS 1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material schedules as may be required by the Engineer for his review. Submittals may be checked by and stamped with the approval of the Contractor and identified as the Engineer may require, Such review by the Engineer shall include checking for general conformance with the design concept of ;. the project and general compliance with information given in the General Contract Documents. 10123108 ASC-9 PART DA - ADDITIONAL SPECIAL CONDITIONS Indicated actions by the Engineer, which may result from his review, shall not constitute concurrence with any deviation from the plans and specifications unless such deviations are .: specifically identified by the method described below, and further shall not relieve the Contractor of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals are not change orders, The purpose of submittals by the Contractor is to demonstrate that the Contractor understands the design concept, and that he demonstrates his understanding by indicating which equipment and materials he intends to furnish and install, and by detailing the fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts between submittals and the design drawings and/or specifications are discovered, either prior to or after submittals are processed, the design drawings and specifications shall govern. The Contractor shall be responsible for dimensions which are to be confirmed and correlated at the job site, fabrication processes and techniques of constriction, coordination of his work with that of other trades and satisfactory performance his work. The Contractor shall check and verify all measurements and review submittals prior to being submitted, and sign or initial a statement included with the submittal, which signifies compliance with plans and specifications and dimensions suitable for the application. Any deviation from the specified criteria shall be expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be retained by the Contractor until completion of the project and presented to the City in bound form. 2. Shop drawings shall be submitted for the following items prior to installation: Pipe and fittings (coating and lining, and other requirements as indicated in the individual specifications), valves, combination air vacuum release valves, blowoff assemblies, meters, strainer, concrete vaults, flow control valves and orifice plate, pipe connection details, pipe bedding material reports, concrete and HMAC reports, casing pipe, casing spacers, grout mix report, cathodic protection, trench safety plan and traffic control plan shop drawings. Additional shop drawing requirements are described in some of the material specifications. 3. Address for Submittals - The submittals shall be addressed to the Project Manager: David Townsend, P.E. City of Fort Worth 1000 Throckmorton Fort Worth, TX 76102 DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY All work involving paving and/or drainage shall conform to the two following published specifications,. except as modified herein: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION — CITY OF FORT WORTH 10n3/08 ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS 7 DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway. DA-61 TOPSOIL Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort Worth Transportation and Public Works Department's Standard Specifications for Street and Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals shall be included in the square yard bid price for the top soil. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C44.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency' basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all change orders. DA-66 OPTION TO RENEW The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60) days notice prior to the expiration of one year from the date of execution of this contract or of an option period or a like notice at such time as there is less than $20,000 left unexpended. DA-67 NON-EXCLUSIVE CONTRACT This contract is non-exclusive. During the term of this contract or any renewal hereof, the City reserves the right to advertise and award another contract for like or similar work. If a second 10123108 ASC-11 PART DA - ADDITIONAL SPECIAL CONDITIONS contract is awarded, the City further reserves the right to issue work orders under either contract as it deems in its best interest, without recourse. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre -Construction Conference, This design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type "D° Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattem that will provide the required densities. The required Density for Type "B° and for Type "D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-74 RESILIENT -SEATED GATE VALVES Any resilient -seated gate valves supplied for this contract shall conform to Material Standard E1-26, STANDARD SPECIFICATIONS FOR RESILIENT -SEATED GATE VALVES, with the exception of size requirements in sections E-26.1. All resilient -seated gate valves shall be mechanical joints and be approved on the City of Fort Worth Standard Product List. 10123108 ASC-12 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-75 EMERGENCY SITUATION, JOB MOVE -IN The Owner or Engineer shall determine when an emergency situation shall exist. When water emergency work is required, the Contractor shall mobilize to the said location within twenty-four (24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall make all necessary arrangements for bypass pumping, setting up barricades, notifying citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The Contractor shall work continuously until the emergency work order has been completed at a time agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order has been completed, there will be no additional "Job Move -In" charges paid to remobilize back to the previous project location site. DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) The Contractor shall have no more than three (3) locations under construction at any one time, unless approval by the Engineer has been granted in writing. DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe laying, water shall be introduced slowly for sterilization, after which the extension shall be thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for flushing and for providing sample points for bacteria tests. The water main extensions of the project shall be tested under normal line pressure and any leaks observed shall be immediately repaired. DA-106 BID QUANTITIES (MISC. EXT.) Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. DA-108 FLOWABLE FILL (MISC. EXT.) 1. Description: The flowable fill material shall be delivered to the site, free flowing and self -leveling and shall have a consistency enabling it to fill all voids without tamping, vibrating or compacting. The flowable fill material shall have an in place density of not less than 95 and not more than 115 lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and not more than 85 PSI allowing the material to be removed with hand tools such as picks and shovels. The height of free fall of the flowable fill shall not exceed four (4) feet. 10/23/08 ASC-13 PART DA - ADDITIONAL SPECIAL CONDITIONS 2. Material Specifications: Foowable fill shall consist of: a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as necessary). b. Aggregates meeting ASTM C-33 c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm Drain Construction Item 406 d. Flyash, Class C or F, meeting ASTM C-618 e. Admixtures 1. Mineral admixtures will be pozzolanic 2. Chemical admixtures shall be in liquid or powder form used in standard ready -mix concrete products unless specifically designed for flowable fill, Permissible types of admixtures are: a. High air generators, as manufactured by Grace Construction Products or approved equal, which are specifically designed for flowable fill to lower unit weights, reduce shrinkage and subsidence, and control compressive strength. b. Air entraining admixtures conforming to ASTM C-260. c. High range water reducers conforming to ASTM C-494 Type F or G. d. Accelerating admixtures conforming to ASTM C-494, Type C. 1. Non -chloride, non -corrosive accelerators used where metals are present in concrete or embedded members. 2. Calcium chloride DA-117 TRAFFIC CONTROL PLAN Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of the Contractor providing the traffic control plan. A traffic control plan has been prepared and is included in the project plans. All other requirements of D-8 shall apply. DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS The contractor shall coordinate his work with the work of other contractors on remaining units of this project. The contract documents indicate the starting and stopping points for each of the units of the project. The plans indicate "connecting to an existing pipeline„ constructed by others and ending the line with the installation of a plug. If the start of the project cannot be connected to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation of blind flanges based on the unit price bid for the water or sewer main. 10/2"8 ASC-14 ART E echnical Specifications 0318-042-01 SECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS 1.0 SCOPE The work involved under this Contract consists of the furnishing of all materials, tools, equipment, transportation, services, and all labor and superintendence necessary for the construction and completion of the project, including but not limited to the following major items: The construction of Part 2 reclaimed water line starting from 200 ft south of the Trinity Railway Express right of way on Greenbelt Road continuing east northeasterly generally inside or along the Trinity Rail Express corridor to end north of the northern edge of the Trinity Rail Express right of way at the intersection of the Trinity Rail Express and South Euless Main as shown on the drawings. The project provides approximately 21,100 linear feet of reclaimed water line. 2.0 MATERIAL FURNISHED BY OWNER All materials for this contract shall be provided by the CONTRACTOR in accordance with the applicable specifications unless specifically noted otherwise in the Plans or Specifications. ,44we 3.0 CONNECTION TO THE EXISTING RECLAIMED WATER LINE CONTRACTOR will make a connection to the by others 30-inch reclaimed water pipeline approximately 250 ft south of the Trinity Rail Express right of way on old Greenbelt Rd. CONTRACTOR will make a connection to the by others 24-inch reclaimed water pipeline approximately 100 ft north of the Trinity Rail Express right of way at the intersection of the Trinity Rail Express and Euless South Main. The CONTRACTOR shall provide and install necessary fittings to make the connection to the by others reclaimed water pipelines as shown in the plans. The CONTRACTOR shall request permission in writing from the OWNER to work at the connection at least fourteen (14) days prior to the requested date. The request must include the CONTRACTOR'S plan and procedure to connect to the by others facilities, the proposed date; the proposed time for initiating the connection, the proposed time the connection will be completed, and any other information which may be needed by the ENGINEER to evaluate the request. The CONTRACTOR shall not initiate work at the connection site until approval is granted. The CONTRACTOR shall take measures to insure that no concrete, debris or materials enter the reclaimed water line. 01001-1 September 2009 GENERAL CONSTRUCTION REQUIREMENTS F:\projects\0318\042-01\Specs\Part 2\01001.doc 0318-042-01 4.0 SANITATION FACILITIES The CONTRACTOR shall provide portable toilet and drinking water facilities in sufficient number for the CONTRACTOR'S use throughout the course of the Project and in accordance with OSHA requirements. CONTRACTOR'S personnel will not be permitted to use toilet or drinking water facilities in the existing buildings. 5.0 POWER FOR CONSTRUCTION The CONTRACTOR shall at his own expense pay for all electrical power for project construction. 6.0 FIREARMS Neither the CONTRACTOR nor any of his employees shall be allowed to carry firearms on the Project, either on their persons or within their automobiles. 7.0 REFERENCE STANDARDS Reference to the standards of any technical society, organization, or association or to the codes of local and state authorities shall mean the latest standard codes, specifications, or tentative specifications adopted and published at the date of taking bids, unless specifically stated otherwise. 8.0 OFFSITE STORAGE \.►1 Offsite storage of materials or equipment shall be the sole responsibility of the CONTRACTOR. In the event that the CONTRACTOR does not have adequate facilities to receive and protect equipment or materials when delivery is made, then the CONTRACTOR shall be solely responsible for the storage of such items. Equipment or materials shall be stored by the CONTRACTOR according to each manufacturer's recommendations. The CONTRACTOR may, at his option, make such arrangements with each vendor to delay shipment of certain items by storing them at the factory. Additional costs incurred thereby shall be bome by the CONTRACTOR. Such changes in shipping schedules shall not in any way affect the designated completion date of this Contract. 9.0 HANDLING MATERIALS NOT APPROVED The CONTRACTOR shall remove from the site any materials found to be damaged and any materials not meeting the Specifications. Any payment for materials found to be damaged shall be deleted from the next monthly partial payment request. Inspection before installation shall not relieve the CONTRACTOR from any responsibility to furnish materials which meet the specified requirements. 01001-2 September 2009 GENERAL CONSTRUCTION REQUIREMENTS F:\projects\0318\042-01\Specs\Part 2\01001.doc 0318-042-01 10.0 CONTRACT DOCUMENTS AT THE SITE The CONTRACTOR shall maintain at the Project site one copy of the Contract Documents including Plans, Specifications, Addenda, Change Orders, approved Shop Drawings, and any other modifications approved by the ENGINEER. The CONTRACTOR shall maintain a working copy of the Stormwater Pollution Prevention Plan showing current control devices. The CONTRACTOR shall also keep copies of all project correspondence and payment requests at the site. These documents shall be kept in good order in file cabinets and shall be marked to accurately record all changes made during construction and to accurately record the location and size of existing buried pipe and valves encountered during construction of the Project. With each monthly pay request, the CONTRACTOR shall make available updated record drawings for OWNER's review. Upon completion of the Project, these drawings shall be made available to the ENGINEER for the OWNER. 11.0 DUST CONTROL The CONTRACTOR shall be responsible for eliminating and/or alleviating dust resulting from his construction operations. This is particularly applicable to dust which results from vehicular traffic traveling along or through areas where construction has resulted in dirt or dust being left on streets. The CONTRACTOR shall sprinkle water or use other dust control methods which will reduce dust to a minimum. The OWNER may request additional dust control sprinkling at anytime as deemed necessary. Dust control will be considered subsidiary to construction and no separate measurement and payment will be made. No oils, petroleum based solutions, or other substances which endanger the environment may be utilized for dust control. 12.0 CITY AND COUNTY ORDINANCES The CONTRACTOR shall abide by all City and County ordinances and standards when working within their jurisdiction, pertaining to any and all of the CONTRACTOR'S construction and work activities. The CONTRACTOR is responsible for obtaining copies of and becoming familiar with all applicable ordinances and standards. Such ordinances shall include, but are not limited to, those addressing barricades, warning and detour signs; disposal of excess earth and materials; allowable hours and days for performing work; noise; air pollution; erosion and sedimentation control; and any other applicable ordinances and standards. The CONTRACTOR shall contact the jurisdiction in which the work is being conducted to obtain all necessary ordinances and standards. No separate measurement and payment will be made for abiding by all City and County ordinances and standards, but will be considered as subsidiary to construction. 13.0 OPEN TRENCHES Except at excavations created as the result of pits for bores, tunnels, jacking or similar operations (i.e., construction other than open trench), or as set forth in these Contract Documents, the CONTRACTOR shall backfill all trenches at the completion of each day's work to the OWNER'S satisfaction and in addition to other required barricades and warning devices. The backfill shall extend from the end of the pipe to the top of the trench. 01001-3 September 2009 GENERAL CONSTRUCTION REQUIREMENTS F:\projects\0318\042-01\Specs\Part 2\01001.doc 0318-042-01 At excavations created as the result of pits for bores, tunnels, jacking or similar operations, the CONTRACTOR shall, in addition to other required barricades and warning devices, furnish and install adequate barricades to prevent and stop vehicles from driving into pits and prevent pedestrians and livestock from falling into pits. 14.0 PIPE CLOSURE AND BUOYANCY OF STRUCTURES At the end of each working day, the CONTRACTOR shall plug the ends of all exposed pipeline with inflatable plugs placed inside the ends of the pipe or with OWNER approved plug, to prevent any material or objects from entering the pipeline. The CONTRACTOR shall anchor all pipelines and structures to prevent their flotation should rain occur prior to the completion of backfilling to proposed final grade. 15.0 LIGHTING A. Provide lighting for construction operations and security. B. Permanent lighting may be used when available. C. Maintain lighting and make routine repairs. 16.0 HEATING AND VENTILATION A. Provide as required to maintain specified conditions for construction operations. B. Protect materials and finishes from damage due to temperature or humidity. C. Provide ventilation of enclosed areas to cure materials, disperse humidity and prevent accumulations of dust, fumes, vapors, or gases. 17.0 FIRST AID FACILITIES CONTRACTOR shall provide full compliment of first aid supplies in weatherproof container at locations convenient to work sites. 18.0 FIRE PROTECTION A. Provide portable fire extinguishers, rated 2A minimum, in CONTRACTORS' field office, and storage sheds. B. Provide means of notifying personnel in case of emergency. C. Ensure internal combustion engine powered equipment is located at safe distance from combustible materials. D. Prohibit smoking in locations and operations of potential fire hazard and clearly post "No Smoking" or "Open Flame" signs. 01001-4 September 2009 GENERAL CONSTRUCTION REQUIREMENTS F:\projects\0318\042-01\Specs\Part 2\01001.doc 0318-042-01 E. Flammable/Combustible Liquids: 1. Store flammable/combustible liquids in conformance with requirements of federal and local codes and regulations. 2. Provide approved metal safety containers for storage of flammable/combustible liquids in excess of one gallon. 3. Prohibit storage of flammable/combustible liquids near exits, stairways or common passageways. 19.0 FIELD OFFICES AND SHEDS The CONTRACTOR may provide a field office and sheds for the CONTRACTOR's use. The CONTRACTOR shall be responsible for utilities. The CONTRACTOR has sole responsibility for acquiring a site for the location of offices and sheds. 20.0 SPECIAL ACCESS REQUIREMENTS AND CONSTRUCTION LIMITATION ON ROADWAYS This item pertains to work adjacent to and within all roadways on this Project. The CONTRACTOR will be required to provide one lane of traffic at all times on all roadways in the Project area, unless otherwise indicated on the drawings. The CONTRACTOR shall notify all emergency units operating in the area of the proposed work and closing schedule. The CONTRACTOR shall immediately inform all said units of any change in the closing schedule. The CONTRACTOR shall provide a minimum of one point of ingress and egress to all apartments, businesses, schools and homes on both sides of all roadways. Prior to installing asphalt pavement, the CONTRACTOR shall place an all-weather surface for temporary access. The all-weather surface shall meet the requirements of the Texas Department of Transportation Standard Specifications (TXDOT), Item 248, Type A. The CONTRACTOR shall take all necessary precautions to protect pedestrians in the work area. When working within or adjacent to the following rights -of -way, the CONTRACTOR shall cover all open trenches at the end of each work day using a method designed by the CONTRACTOR's Texas Registered Professional Engineer which will be capable of supporting AASHTO H-20 highway loads and/or provide barricades as set forth in the contract documents: All City roadways All County Roadways All State Roadways All other open trenches within roadways not noted hereinabove shall be properly barricaded and protected as set forth in the Contract Documents. At intersections and driveways, the CONTRACTOR shall install gravel material, as set forth in TXDOT Item 247, Type A, Grade 1. 01001-5 September 2009 GENERAL CONSTRUCTION REQUIREMENTS F:\projects\0318\042-01\Specs\Part 2\01001.doc 0318-042-01 21.0 POTABLE WATER LINE PROTECTION AND TCEQ REQUIREMENTS The CONTRACTOR shall abide by all TCEQ standards for installing reclaimed water pipelines. Reclaimed water lines and potable water lines shall be installed no closer than nine (9) feet from each other. Where the nine feet separation distance cannot be achieved, the CONTRACTOR shall place all underground potable water, reclaimed water and wastewater lines in accordance with the TCEQ's Rules and Regulations for Public Water Systems effective October 1, 1992 and Design Criteria for Sewage Systems and the requirements of Texas Natural Resource Conservation Commission Chapter 290 relating to Water Hygiene. 22.0 STORMWATER DISCHARGE PERMIT In accordance with the requirements set forth by the Environmental Protection Agency (EPA) in the Federal Register, Volume 63, No. 128, July 6, 1998, pages 36490 through 36519, titled "Final NPDES General Permit for Stormwater Discharge from Construction Sites," it will be the sole responsibility of the CONTRACTOR to comply with the referenced General Stormwater Permit conditions for the life of the project. A Storm Water Pollution Prevention Plan is provided in Appendix A. These requirements include, but are not limited to, the provision for filing a Notice of Intent (NOI) and maintaining the pollution prevention plans required in the General Stormwater Permit. All costs associated with complying with all provisions of the General Stormwater Permit shall be borne by the CONTRACTOR. Unless notified otherwise, the CONTRACTOR shall be authorized to discharge stormwater associated with the CONTRACTOR's Project work activities. Additional information may be obtained by contacting EPA's NPDES stormwater hotline at 703/821-4823 or the appropriate N%001 EPA Regional Office. This requirement is set forth to ensure that no damage or degradation to neighboring properties, public or private thoroughfares and waterways occurs as a result of erosion caused by construction activities. Any property disturbed by construction activities shall be returned to either specified condition or preconstruction conditions as set forth in the Contract Documents. The CONTRACTOR shall provide an overall erosion and sedimentation control system which will protect all disturbed areas and soil stockpile/spoil areas. An appropriate erosion and sedimentation system must be used and maintained in effective operating condition during construction, and all exposed soil and other fills must be permanently stabilized at the earliest practicable date. The CONTRACTOR shall have the sole responsibility for the means, methods, techniques, sequences and procedures for the furnishing, installing and maintaining erosion and sedimentation control structures and procedures. The overall system shall be modified by the CONTRACTOR from time to time as may be required to effectively control erosion and sediment during construction and as directed by the OWNER during construction. 01001-6 September 2009 GENERAL CONSTRUCTION REQUIREMENTS F:lprojects103181042-01\.Specs\Part 2101001.doc 0318-042-01 23.0 EXPLOSIVES Use of explosives will not be allowed on this Project. 24.0 PROJECT PHOTOGRAPHS A. The CONTRACTOR shall take photographs of the project site and all residences prior to construction, a minimum of 30 monthly during the construction of the Project and after completion of the Project including all residences. Photographs may be taken with a quality 35mm or better quality camera equipped to photograph either interior or exterior exposures, with lenses ranging from wide angle to 135mm. Photographs shall be taken at locations as designated by the OWNER and/or ENGINEER. All prints and negatives required by the OWNER shall become the property of the OWNER. B. Two (2) glossy color prints (minimum 4" x 6") and the negatives shall be provided for each photograph taken. Each print shall be marked 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 photographs of adequate quality are not produced from exposure, additional photographs shall be taken immediately. C. The CONTRACTOR shall provide photographs of the entire site prior to construction. Starting one (1) month after the date of the preconstruction photographs, and continuing as long as the work is in progress, monthly photographs shall be taken to accurately record the work that has progressed during that period. D. The CONTRACTOR shall record the condition of the project by video taping the entire site prior to construction. The video shall be clear and sharp and accurately record the preconstruction condition of the permanent easement, temporary easement and all structures within and adjacent to the easements. The OWNER shall be furnished a DVD copy of the video taken prior to the CONTRACTOR moving equipment and materials onto the project site. 25.0 UNCLASSIFIED EXCAVATION All excavation will be unclassified. It shall be the responsibility of the CONTRACTOR to make such subsurface investigations as he deems necessary to determine nature of material to be excavated. END OF SECTION 01001-7 September 2009 GENERAL CONSTRUCTION REQUIREMENTS FAprojects\0318\042-01\Specs\Part 2\01001.doc 0318-042-01 SECTION 01002 MEASUREMENT AND PAYMENT 1.00 GENERAL The 'Bid Price" for each and every item, as set forth in the proposal, shall include the furnishing of all labor, tools, materials, machinery, appliances, and equipment appurtenant to and necessary for the construction and completion in a first class, workmanlike manner of all work as herein specified in strict accordance with these Specifications and accompanying plans. The "Bid Price" shall also include any and all kinds, amount or class of excavation, backfilling, pumping, or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, appurtenances and connections, cleaning up, overhead expense, bonds, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, mobilization and demobilization, and profits, unless otherwise specified. The bid price shall also include all other incidentals not specifically mentioned above that may be required to fully construct each and every item complete in place in accordance with the true intent and meaning of the specifications and accompanying plans. ..OV, The CONTRACTOR shall take all measures necessary to protect existing structures, lawns, trees, shrubbery, etc., on the areas adjacent to the work, that are not necessary to remove or cut as a part of the construction, and if damaged, shall replace them in as good condition or better than previously existed at his own cost and expense without additional compensation from the OWNER. The CONTRACTOR shall protect and save all trees located on leased lots or between the property lines and the street right-of-way, and all trees noted in the plans and as instructed by the OWNER without additional compensation by the OWNER. Listed below are descriptions of items as listed in the Proposal and the manner in which payment shall be awarded for each. If there is not a specific measurement and/or payment section, paragraph or item associated with each Technical Specification contained in this Contract Document, then the following descriptions shall be used to describe measurement and payment. 2.00 BID ITEMS 2.01 ITEM NO. 201 - STORM WATER POLLUTION PREVENTION PLAN The unit price bid per one lump sum for the Storm Water Pollution Prevention Plan shall include furnishing and installing the materials required for erosion prevention structures, at various locations on the plans. All structures shall be inspected and built per the specifications. After the project is complete and mature vegetation is present in disturbed 01002-1 January 29, 2009 MEASUREMENT AND PAYMENT FAprojeds\0318\042-01 \Specs\Part 2\01002.doc 0318-042-01 areas the structures, which prevented storm water pollution shall be removed offsite for proper disposal at contractor's expense. 2.02 ITEM NO. 202A - 30-INCH DIAMETER C-151 DUCTILE IRON PIPE The unit price bid per linear foot of 30-inch diameter C-151 Ductile Iron Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing pipe, pipe detection tape (buried above the entire length of pipe), poly bagging, transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 30-inch ductile iron pipe shall be considered subsidiary to this bid item. Pipe poly bagging shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). CONTRACTOR shall install tracker balls in pipe trench at locations designated by OWNER. OWNER shall provide tracker balls. 2.03 ITEM NO. 202B - 30-INCH DIAMETER C-200 STEEL PIPE The unit price bid per linear foot of 30-inch diameter Steel Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing. and installing steel pipe, pipe detection tape (buried above the entire length of pipe), cathodic protection, transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 30-inch steel pipe shall be considered subsidiary to this bid item. Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). As subsidiary to the unit price bid per linear foot of 30-inch Steel Pipe, the CONTRACTOR shall have a Cathodic Protection System designed by a Certified 01002-2 January 29, 2009 MEASUREMENT AND PAYMENT F:lprojects103181042-011Specs\Part 2\01002.doc 0318-042-01 ", Corrosion Control Specialist that is nationally certified and has at least five (5) years experience with similar cathodic protection system design. All items described by this design shall be furnished and installed at no additional cost to the OWNER. The cathodic protection system design shall include at a minimum the following: 1) sacrificial anode beds, 2) test stations, 3) bonding at all pipe joints, and 4) insulation kits for valves. Contractor shall install any additional items directed by corrosion control specialist at no additional cast to the OWNER. CONTRACTOR shall install tracker balls in pipe trench at locations designated by OWNER. OWNER shall provide tracker balls. 2.04 ITEM NO. 202C - 30-INCH DIAMETER C-303 BAR WRAPPED CONCRETE CYLINDER PIPE The unit price bid per linear foot Cylinder Pipe for the reclaimed wa existing utilities, trenching, dewateri pipe, pipe detection tape (buried a protection, transition pieces, closure insulating gaskets, clay dams, fencin proper disposal, replacing utilities, s for acceptable installation complete installation of 30-inch C-303 bar w subsidiary to this bid item. A 30-inch diameter C-303 Bar Wrapped Concrete ter pipeline shall include locating and protecting all ng, hydrostatic testing; for fumishing and installing bove the entire length of pipe), bagging, cathodic pieces, flowable fill within asphalt pavement repair, g, backfill and embedment material; and for cleanup, eeding, and any other materials and work necessary in place. All work and materials included in the rapped concrete cylinder pipe shall be considered Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). As subsidiary to the unit price bid per linear foot of 30-inch C-303 Bar Wrapped Concrete Cylinder Pipe, the CONTRACTOR shall have a Cathodic Protection System designed by a Certified Corrosion Control Specialist that is nationally certified and has at least five (5) years experience with similar cathodic protection system design. All items described by this design shall be furnished and installed at no additional cost to the OWNER. The cathodic protection system design shall include at a minimum the following: 1) sacrificial anode beds, 2) test stations, 3) bonding at all pipe joints, and 4) insulation kits for valves. Contractor shall install any additional items directed by corrosion control specialist at no additional cost to the OWNER. As subsidiary to the unit price bid per linear foot of 30-inch C-303 Bar Wrapped Concrete Cylinder Pipe, the CONTRACTOR shall bag the reclaimed water pipeline 100- feet centered at all pipeline crossings furnished and installed at no additional cost to the OWNER. 01002-3 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 CONTRACTOR shall install tracker balls in pipe trench at locations designated by *%wool OWNER. OWNER shall provide tracker balls. 2.05 ITEM NO. 203A - 24-INCH DIAMETER C-151 DUCTILE IRON PIPE The unit price bid per linear foot of 24-inch diameter C-151 Ductile Iron Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing pipe, pipe detection tape (buried above the entire length of pipe), poly bagging, transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 24-inch ductile iron pipe shall be considered subsidiary to this bid item. Pipe poly bagging shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). CONTRACTOR shall install tracker balls in pipe trench at locations designated by OWNER. OWNER shall provide tracker balls. 2.06 ITEM NO. 203B - 24-INCH DIAMETER C-905 CLASS 200 DR 18 POLYVINYL CHLORIDE PIPE The unit price bid per linear foot of 24-inch diameter C-905 DR 18 Polyvinyl Chloride Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing pipe, pipe detection tape (buried above the entire length of pipe), transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 24-inch polyvinyl chloride pipe shall be considered subsidiary to this bid item. Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). CONTRACTOR shall install tracker balls in pipe trench at locations designated by 01002-4 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 .moor OWNER. OWNER shall provide tracker balls 2.07 ITEM NO. 203C - 24-INCH DIAMETER C-200 STEEL PIPE The unit price bid per linear foot of 24-inch diameter Steel Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing steel pipe, pipe detection tape (buried above the entire length of pipe), cathodic protection, transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 24-inch steel pipe shall be considered subsidiary to this bid item. Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). As subsidiary to the unit price bid per linear foot of 24-inch Steel Pipe, the CONTRACTOR shall have a Cathodic Protection System designed by a Certified v Corrosion Control Specialist that is nationally certified and has at least five (5) years experience with similar cathodic protection system design. All items described by this design shall be furnished and installed at no additional cost to the OWNER. The cathodic protection system design shall include at a minimum the following: 1) sacrificial anode beds, 2) test stations, 3) bonding at all pipe joints, and 4) insulation kits for valves. Contractor shall install any additional items directed by corrosion control specialist at no additional cost to the OWNER. CONTRACTOR shall install tracker balls in pipe trench at locations designated by OWNER. OWNER shall provide tracker balls. 2.08 ITEM NO. 203D - 24-INCH DIAMETER C-303 BAR WRAPPED CONCRETE CYLINDER PIPE The unit price bid per linear foot of 24-inch diameter C-303 Bar Wrapped Concrete Cylinder Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing pipe, pipe detection tape (buried above the entire length of pipe), bagging, cathodic protection, transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 24-inch C-303 bar wrapped concrete cylinder pipe shall be considered subsidiary to this bid item. 01002-5 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water *"WOK pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). As subsidiary to the unit price bid per linear foot of 24-inch C-303 Bar Wrapped Concrete Cylinder Pipe, the CONTRACTOR shall have a Cathodic Protection System designed by a Certified Corrosion Control Specialist that is nationally certified and has at least five (5) years experience with similar cathodic protection system design. All items described by this design shall be furnished and installed at no additional cost to the OWNER. The cathodic protection system design shall include at a minimum the following: 1) sacrificial anode beds, 2) test stations, 3) bonding at all pipe joints, and 4) insulation kits for valves. Contractor shall install any additional items directed by corrosion control specialist at no additional cost to the OWNER. As subsidiary to the unit price bid per linear foot of 24-inch C-303 Bar Wrapped Concrete Cylinder Pipe, the CONTRACTOR shall bag the reclaimed water pipeline 100- feet centered at all pipeline crossings furnished and installed at no additional cost to the OWNER. CONTRACTOR shall install tracker balls in pipe trench at locations designated by *ftwoe OWNER. OWNER shall provide tracker balls. 2.09 ITEM NO. 204A - 12-INCH DIAMETER C-900 CLASS 200 DR 14 POLYVINYL CHLORIDE PIPE The unit price bid per linear foot of 12-inch diameter C-900 DR 14 Polyvinyl Chloride Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing pipe, pipe detection tape (buried above the entire length of pipe), transition pieces, closure pieces, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 12-inch polyvinyl chloride pipe shall be considered subsidiary to this bid item. Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe. Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). 01002-6 January 29, 2009 *%NOOK MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 � CONTRACTOR shall install tracker balls in pipe trench at locations designated by OWNER. OWNER shall provide tracker balls. 2.10 ITEM NO. 20413— 12-INCH DIAMETER C-906 CLASS 200 DR 9 DIPS HIGH DENSITY POLYETHYLENE PIPE The unit price bid per linear foot of 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene Pipe for the reclaimed water pipeline shall include locating and protecting all existing utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing pipe, pipe detection tape (buried above the entire length of pipe), transition pieces, closure pieces, concrete incased thrust restraint, flowable fill within asphalt pavement repair, insulating gaskets, clay dams, fencing, backfill and embedment material; and for cleanup, proper disposal, replacing utilities, seeding, and any other materials and work necessary for acceptable installation complete in place. All work and materials included in the installation of 12-inch high density polyethylene pipe shall be considered subsidiary to this bid item. Pipe shall be colored purple per TCEQ Chapter 210 requirements for reclaimed water pipe Measurement for the pipe at the various sizes shall be the actual horizontal length along the centerline of pipe, from center to center of connecting pipes or to ends of pipes, with no deduct of length made for valves, fittings, and adapters. No separate measurement will be made for payment (unless a separate pay item is provided in the Proposal). CONTRACTOR shall install tracker balls in pipe trench at locations designated by OWNER. OWNER shall provide tracker balls. 2.11 ITEM NO. 205 — 42-INCH STEEL CASING PIPE BY OTHER THAN OPEN CUT (OTOC) The unit price bid per linear foot for 42-inch diameter Steel Casing Pipe by Other than Open Cut construction shall include furnishing and installing the carrier pipe by boring, jacking, or tunneling operations, all excavation required for the bore pits, fencing when required, and backfilling with flowable fill or other select backfill material as required. Other than open trench operations shall be measured along the centerline of the carrier pipe from end to end. 2.12 ITEM NO. 206 — 36-INCH STEEL CASING PIPE BY OTHER THAN OPEN CUT (OTOC) The unit price bid per linear foot for 36-inch diameter Steel Casing Pipe by Other than Open Cut construction shall include furnishing and installing the carrier pipe by boring, jacking, or tunneling operations, all excavation required for the bore pits, fencing when required, and backfilling with flowable fill or other select backfill material as required. Other than open trench operations shall be measured along the centerline of the carrier pipe from end to end. 2.13 ITEM NO. 207 — 20-INCH STEEL CASING PIPE BY OTHER THAN OPEN CUT (OTOC) 01002-7 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0 I W42-01 \Specs\Part 2\01002.doc 0318-042-01 The unit price bid per linear foot for 20-inch diameter Steel Casing Pipe by Other than **ago, Open Cut construction shall include furnishing and installing the carrier pipe by boring, jacking, or tunneling operations, all excavation required for the bore pits, fencing when required, and backfilling with flowable fill or other select backfill material as required. Other than open trench operations shall be measured along the centerline of the carrier pipe from end to end. 2.14 ITEM NO. 208A — 30-INCH C-151 DUCTILE IRON PIPE INSTALLATION WITHIN 42- INCH STEEL CASING The unit price bid per linear foot for 30-inch diameter Ductile Iron carrier pipe installation within 42-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.15 ITEM NO. 208E — 30-INCH C-200 STEEL PIPE INSTALLATION WITHIN 42-INCH STEEL CASING The unit price bid per linear foot for 30-inch diameter Steel carrier pipe installation within 42-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.16 ITEM NO. 208C — 30-INCH C-303 BAR WRAPPED CONCRETE CYLINDER PIPE INSTALLATION WITHIN 42-INCH STEEL CASING The unit price bid per linear foot for 30-inch diameter C-303 Bar Wrapped Concrete Cylinder carrier pipe installation within 42-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.17 ITEM NO. 209A — 24-INCH C-151 DUCTILE IRON PIPE INSTALLATION WITHIN 36- INCH STEEL CASING The unit price bid per linear foot for 24-inch diameter Ductile Iron carrier pipe installation within 36-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.18 ITEM NO. 209E — 24-INCH C-905 CLASS 200 DR 18 POLYVINYL CHLORIDE PIPE INSTALLATION WITHIN 36-INCH STEEL CASING The unit price bid per linear foot for 24-inch diameter C-905 DR 18 Polyvinyl Chloride carrier pipe installation within 36-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 01002-8 January 29, 2009 MEASUREMENT AND PAYMENT FAprojeds\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 .an. 2.19 ITEM NO. 209C — 24-INCH C-200 STEEL PIPE INSTALLATION WITHIN 36-INCH STEEL CASING The unit price bid per linear foot for 24-inch diameter Steel carrier pipe installation within 36-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.20 ITEM NO. 209D — 24-INCH C-303 BAR WRAPPED CONCRETE CYLINDER PIPE INSTALLATION WITHIN 36-INCH STEEL CASING The unit price bid per linear foot for 24-inch diameter C-303 Bar Wrapped Concrete Cylinder carrier pipe installation within 36-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.21 ITEM NO. 210A — 12-INCH C-900 CLASS 200 DR 14 POLYVINYL CHLORIDE PIPE INSTALLATION WITHIN 20-INCH STEEL CASING The unit price bid per linear foot for 12-inch diameter C-900 DR 14 Polyvinyl Chloride carrier pipe installation within 20-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.22 ITEM NO. 210B — 12-INCH C-906 CLASS 200 DR 9 DIPS HIGH DENSITY POLYETHYLENE PIPE INSTALLATION WITHIN 20-INCH STEEL CASING The unit price bid per linear foot for 12-inch diameter C-906 DR 9 DIPS High Density Polyethylene carrier pipe installation within 20-inch Steel casing shall include furnishing and installing the carrier pipe within steel casing pipe, all equipment required, casing spacers, grout, and all other incidentals required to provide the carrier pipe complete in place and in operation. 2.23 ITEM NO. 211 - TRENCH SAFETY SYSTEM The unit price bid per linear foot shall be full compensation for designing, furnishing, and installing a Trench Safety System and shall include all geotechnical work, all shoring (including any special shoring), sheeting, bracing and any other equipment, labor, designed by a Professional Engineer, and inspected by competent personnel on a daily basis, and all material necessary to provide a trench safety system in accordance with the Specifications. Measurement for the trench safety system along the pipeline shall be measured along the centerline of the pipeline. 2.24 ITEM NO. 212 - 30-INCH DIAMETER RESILENT SEATED GATE VALVE AND VAULT The unit price bid per each 30-inch Resilient Seated Gate Valve and Vault shall be full compensation for furnishing and installing valves and vaults shown in the Plans and 01002-9 January 29, 2009 MEASUREMENT AND PAYMENT FAprojects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 included in the Contract, and shall include all excavation, dewatering, furnishing and 1%00" installing all necessary air vents, vaults, crushed rock or concrete bases, manhole vaults, manhole ring and cover, corporation stop and/or tapping valve on main pipeline, valve boxes, fittings, gate valve, miscellaneous materials, all necessary anchors, supports, all backfill, and all other incidentals required to provide the valve in place and in operation. 2.25 ITEM NO. 213 - 24-INCH DIAMETER RESILENT SEATED GATE VALVE AND VAULT The unit price bid per each 24-inch Resilient Seated Gate Valve and Vault shall be full compensation for furnishing and installing valves and vaults shown in the Plans and included in the Contract, and shall include all excavation, dewatering, furnishing and installing all necessary air vents, vaults, crushed rock or concrete bases, manhole vaults, manhole ring and cover, corporation stop and/or tapping valve on main pipeline, valve boxes, fittings, gate valve, miscellaneous materials, all necessary anchors, supports, all backfill, and all other incidentals required to provide the valve in place and in operation. 2.26 ITEM NO. 214 - 8-INCH DIAMETER RESILENT SEATED GATE VALVE AND VAULT The unit price bid per each 8-inch Resilient Seated Gate Valve and Vault shall be full compensation for fumishing and installing, valves and vaults shown in the Plans and included in the Contract, and shall include all excavation, dewatering, furnishing and installing all necessary air vents, vaults, crushed rock or concrete bases, manhole vaults, manhole ring and cover, corporation stop and/or tapping valve on main pipeline, valve boxes, fittings, gate valve, miscellaneous materials, all necessary anchors, supports, all backfill, and all other incidentals required to provide the valve in place and in operation. 2.27 ITEM NO. 215 — 2-INCH AUTOMATIC COMBINATION AIR AND VACUUM RELEASE VALVE AND VAULT The unit price bid per each 2-Inch Automatic Combination Air and Vacuum Release Valve shall be full compensation for furnishing and installing air release valves and vaults shown in the Plans and included in the Contract, and shall include all excavation, dewatering, furnishing, and installing all necessary air vents, vaults, crushed rock or concrete bases, manhole vaults, manhole ring and cover, corporation stop and/or tapping valve on main pipeline, valve boxes, fittings, air release valve, miscellaneous valves, miscellaneous materials, all necessary anchors, supports, all backfill, and all other incidentals required to provide the valve in place and in operation. 2.28 ITEM NO. 216 — 4-INCH METER STATION FOR CITY OF ARLINGTON (ARLINGTON LANDFILL) The unit price bid per each Meter Station shall be full compensation for furnishing, installing 6-inch meter stations at the various locations shown in the Plans and included in the Contract, and shall include excavation, backfill, hydrostatic testing, furnishing and installing all necessary valves, piping, fittings, meter, meter reader, vault, hatch, sump, 01002-10 January 29, 2009 **M/ MEASUREMENT AND PAYMENT FAprojects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 strainer, supports, sample ports, taps, orifice plate, coupling, and all other incidentals required for an operational meter station. Payment shall be made on each meter station installed. 2.29 ITEM NO. 217 — 6-INCH METER STATION FOR CITY OF EULESS (TEXAS STAR GOLF COURSE) The unit price bid per each Meter Station shall be full compensation for furnishing, installing 6-inch meter stations at the various locations shown in the Plans and included in the Contract, and shall include excavation, backfill, hydrostatic testing, furnishing and installing all necessary valves, piping, fittings, meter, meter reader, vault, hatch, sump, strainer, supports, sample ports, taps, orifice plate, coupling, and all other incidentals required for an operational meter station. Payment shall be made on each meter station installed. 2.30 ITEM NO. 218A - 30-INCH DIAMETER C-151 DUCTILE IRON FITTINGS AND SPECIALS The unit price bid per ton of 30-inch diameter Ductile Iron Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for Nw,i acceptable installation completely in place. 2.31 ITEM NO. 218B - 30-INCH DIAMETER C-200 STEEL FITTINGS AND SPECIALS The unit price bid per lump sum of 30-inch diameter Steel Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.32 ITEM NO. 218C - 30-INCH C-303 CONCRETE PRESSURE PIPE FITTINGS AND SPECIALS The unit price bid per lump sum of 30-inch diameter Concrete Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.33 ITEM NO. 219A - 24-INCH DIAMETER C-151 DUCTILE IRON FITTINGS AND 01002-11 January 29, 2009 MEASUREMENT AND PAYMENT FAprojects\0318\042-01\ipecs\Part 2\01002.doc 0318-042-01 SPECIALS The unit price bid per ton of 24-inch diameter Ductile Iron Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.34 ITEM NO. 219E - 24-INCH DIAMETER C-200 STEEL FITTINGS AND SPECIALS The unit price bid per lump sum of 24-inch diameter Steel Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.35 ITEM NO. 219C - 24-INCH DIAMETER C-303 CONCRETE PRESSURE PIPE FITTINGS AND SPECIALS The unit price bid per lump sum of 24-inch diameter Concrete Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.36 ITEM NO. 220A - 12-INCH DIAMETER C-151 DUCTILE IRON FITTINGS AND SPECIALS The unit price bid per ton of 12-inch diameter C-151 Ductile Iron Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.37 ITEM NO 220E - 12-INCH DIAMETER C-906 CLASS 200 DR 9 DIPS HIGH DENSITY POLYETHYLENE PIPE FITTINGS AND SPECIALS The unit price per lump sum of 12-inch diameter C-906 Class 200 DR 9 DIPS High Density Polyethylene Fittings and Specials for the reclaimed water pipeline, at all depths, shall be full compensation for location and protection of all utilities, trenching, dewatering, 01002-12 January 29, 2009 MEASUREMENT AND PAYMENT F: projects103181042-011Specs\Part 2\01002.doc 0318-042-01 ..w hydrostatic testing; for furnishing and installing fittings, pipe detection tape, transition pieces, closure pieces, concrete encasement, concrete encased thrust restraint, insulating gaskets, poly bags, backfill and embedment material, and for cleanup, proper disposal, replacing utilities, seeding, and other work necessary for acceptable installation completely in place. 2.39 ITEM NO. 221 - CALLOWAY CEMETERY ARCHAEOLOGICAL EXCAVATION The unit price per each of Archaeological Excavations and other work necessary for archaeological testing shall include the excavation of a trench, approximately 15 feet long, to the proposed depth of installation for the waterlines, an average of 8 feet in depth and shall be full compensation for excavation the trench using a backhoe, grade - all or bulldozer to remove the asphalt then to scrape the soil below in thin layers to look for grave shafts. Each trench will need to be step trenched to meet OSHA standards. In addition to excavation by mechanical methods, an archaeologist will scrape the sidewalls of the trench and steps, with a trowel and the floor surfaces of the trench and steps with a shovel to identify any variations in the soil. If the results for unmarked burials are negative, AR Consultants, Inc. (ARC) will submit findings to the Texas Historical Commission (THC). If the testing is positive for unmarked burials the CONTRACTOR shall bore the section of reclaimed water pipeline north of Calloway Cemetery with bore pits being located no less than 100 feet beyond the boundaries of the cemetery. Once testing is complete, ARC will notify the THC with their findings, if the results need to be submitted in report form to receive concurrence from the THC, the review process can take up to 30 days. The report preparation will take up to two weeks after field work is complete. CONTRACTOR shall coordinate with Rebecca Shelton, MA, AR Consultants, Inc. at (214) 368-0478. 2.38 ITEM NO. 222 - TEMPORARY PAVEMENT REPAIR The unit price bid per square yards of Temporary Pavement Repair shall include furnishing, installation, the backfill, 6-inches of compacted flex base, 2-inches of hot mix asphalt, and all other incidentals required to provide temporary road repair as shown on the plans Measurement and payment shall be actual horizontal area over the center line of pipe, where trenching is used to install piping main across a paved street. 2.39 ITEM NO. 223 — GRAVEL PAVEMENT REPAIR The unit price per each square yard of pavement repair shall be full compensation for replacing gravel pavement following backfill and compaction of trench as shown on drawings and other work necessary for acceptable installation completely in place. 01002-13 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 Measurement and payment shall be actual horizontal area over the center line of pipe, where trenching is used to install piping main across a paved street. 2.40 ITEM NO. 224 - PERMANENT HOT MIX ASPHALTIC CONCRETE (HMAC) The unit price bid per square yard of Permanent Hot Mix Asphaltic Concrete (HMAC) shall include furnishing, installation, the base material required, and all other incidentals required to provide permanent road repair as shown on the plans and described in the specifications. The CONTRACTOR is to remove all existing HMAC pavement base material for trenching operations. The areas shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of excavation process, all base material shall be removed, if required, to a depth sufficient to obtain stable sub -base and/or trench depth. The remaining material shall be leveled and uniformly made ready to accept fill material. All excavated material shall be hailed off site, the same day as excavated, to a suitable dumpsite. After satisfactory completion of removal as outlined above and installation of pipeline, the CONTRACTOR shall place the pavement patch, with Type "D" surface mix (PG 64- 22). This item will always be used even if no base improvements are required. The proposed HMAC repair shall match the existing pavement section, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing HAMC pavement thickness will not exceed 8 inches. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applications of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced Measurement and payment shall be actual horizontal area over the center line of pipe, where trenching is used to install piping main across a paved street. 2.41 ITEM NO. 225 — PAVEMENT WEDGE MILLING 2-INCH to 0-INCH DEPTH, 5.0 FT WIDE 1. Description This item shall consist of milling the existing pavement from the lip of the gutter at a 2- inch depth and transitioning to match the existing pavement (0-inch cut) at a minimum 5- foot width. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The milled surface shall provide a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured 01002-14 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 ,-moo, appearance. In all situations where the existing HMAC surface contacts the curb face, the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb If the existing base is brick and cannot be wedge milled, then existing brick base of 5- foot in width, shall be replaced with Type "D" surface mix (PG64-22) prior to placing HMAC surface. For those streets designated as Mill Overlay the wedge milling shall begin within fourteen (14) calendar days from the completion of the curb and gutted. If the contractor fails to complete the work within fourteen (14) calendar days, $100 dollar Liquidated damage will be assessed per block per day. The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. CONTRACTOR is required to begin the overlay, within seven (7) calendar days from the date of the wedge milling completion of any one street. Should the CONTRACTOR fail to meet this condition, the wedge milling operations of new streets will be shut down, and liquidated damage of $500.00 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The contractor shall haul -off the removed material to a suitable dumpsite. 2. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in operation. Adequate back-up equipment (mechanical street sweepers, loaders, water trucks, etc.) and personnel will also be provided to keep flying dust to a minimum and to ensure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the ENGINEER. The machine shall be equipped with means to control dust created by cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut and flush to all inlets, manholes, or other obstructions within the paving area. The speed of the machine shall be variable in order to leave the desired pattern specified under Surface Texture. The unit price bid per linear foot shall be compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. 2.42 ITEM NO. 226 —BUTT JOINT MILLING 01002-15 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 This item requires CONTRACTOR to mill "but joints" into the existing surface, in association with the wedge milling operation to the depth and at locations as described below. The butt joint will provide a full width transition section, where by the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of wedge milling bid Item No. 224. The general locations for butt joints are at all beginning and ending points of street repairs shown in the Plans and at all the beginning and ending points of 2-inch overlay. The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20-feet long and milled out across the full width of the street section to a tapered 2-inch depth. This milled area shall be tapered within the 20-feet from a 0-inch to 2-inch depth at a line adjacent to the beginning and ending points or, intermediate transverse items. This butt joint — when overlayed — will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The CONTRACTOR shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. The unit price bid per each shall be full compensation for all milling, including material haul -off, tools, labor, equipment, and incidentals necessary to complete the required work. 2.43 ITEM NO. 227 — CONCRETE PAVEMENT REPAIR The unit price bid per square yard of Concrete Pavement Repair shall include furnishing and installing Class "A" reinforced concrete pavement, 2:27 concrete, and all other incidentals required to provide concrete pavement road repair as shown on the plans. Measurement and payment shall be actual horizontal area over the center line of pipe, where trenching is used to install piping main across a concrete paved street. 2.44 ITEM NO. 228 — 2-INCH HOT MIX ASPHALTIC CONCRETE (HMAC) The unit price bid per square yard of Hot Mix Asphaltic Concrete (HMAC). The price shall include furnishing, placing and installing of hot mix asphalt pavement. All hot mix asphaltic concrete pavement shall be 2-inch in thickness, unless noted otherwise on the plans. The joint between any newly placed asphaltic concrete pavement and existing pavement shall be filled with an elastomeric or polymeric joint sealer approved by OWNER. The installation of HMAC shall include the application of a tack coat to each layer of asphaltic concrete before the next layer is applied and a tack coat shall also be applied to any exposed concrete edges that shall abut any hot mix asphaltic concrete. 01002-16 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 y An asphaltic prime shall be used on the stabilized base material immediately after the base material has been compacted to specified density and cut to grade. The unit price payment shall be considered full compensation for materials, equipment, labor and incidentals necessary for installation of hot mix asphaltic concrete pavement. 2.45 ITEM NO. 229 — 6-INCH CEMENT STABILIZED PULVERMiX BASE The unit price bid per square yard of 6-inch Cement Stabilized Pulvermix Base. Existing asphalt pavement shall be scarified and pulverized until fifty-five percent (55%) of the asphalt pavement passes the No. 4 sieve. The largest pieces in the pulverized mixture shall not exceed 2 inches. Portland Cement: Portland Cement shall be Type I of a standard brand of Portland Cement and shall conform to ASTM C150. The Contractor shall use bulk cement. All apparatus for handling, weighing and spreading the cement shall be approved by the City. Cement furnished in trucks.shall have the weight of the cement certified on public scales. Spreader bars for distributing the cement shall be as close to the ground as practical, but in no case shall they be greater than 18 inches above the ground. Spreader bars shall be clean and in good working order so as to produce a consistent and even distribution of cement on the scarified base material. Cement shall not be applied when wind conditions are such that cement blows on to adjacent property in a noxious manner. The rate of application of cement on this project is 25 pounds per - square yard. Cement will not be paid for directly but will be included in the unit price bid �., for "6-inch Pulvermixed Base." Cement Treatment of Existing Base and Surfacing Material: 1. Scarifying: After the existing asphalt surface has been scarified and pulverized, the existing base material shall be scarified to the full depth of the existing base material or 6 inches, whichever is less. 2. Pre -Mixing: The resulting mixture of asphalt surfacing and base material shall be pulverized and thoroughly mixed so that at the completion of moist -mixing 100 percent by dry weight passes a 1-inch sieve and a minimum of 80 percent passes a No. 4 sieve, exclusive of gravel or stone retained on these sieves. Old bituminous wearing surface shall be pulverized so that 100 percent shall pass a 2-inch sieve. 3. Addition of Cement: Portland cement shall be spread uniformly on the mixture at the rate of 25 pounds per square yard. If a bulk cement spreader is used, it shall be positioned by string lines or other approved method during spreading to insure a uniform distribution of cement. Cement shall be applied only to such an area that all operations can be continuous and completed in daylight within six (6) hours of such application. The percentage of moisture in the base at the time of cement application shall not be in excess of that which will permit uniform and intimate mixture of pavement/base and cement during dry -mixing operations and it shall not exceed the specified optimum moisture content for the 1.... 01002-17 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 pavement/base mixture. 4. Mixing and Processing: After the cement has been applied, it shall be dry -mixed with the pavement/base mixture. Mixing shall continue until the cement has been sufficiently blended with the pavement/base mixture to prevent the formation of cement balls when water is applied. Any mixture of pavement/base and cement that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. Immediately after the dry -mixing of the mixture is complete, water as necessary shall be uniformly applied and incorporated into the mixture. The pressurized equipment and the supply provided shall be adequate to insure continuous application of the required amount of water to sections being processed within 3 hours of the time of application of the cement. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. 5. Compaction and Finishing: The mixed material shall be compacted to at least 95 percent of the maximum density as determined by ASTM D698 (Standard Proctor Density). Moisture content shall be within minus 2 to plus 4 of optimum. At the start o compaction the percentage of moisture in the mixture shall not be below or more than 2 percentage points above the optimum moisture content. In no case shall the addition of water be such that the mixture becomes unstable during compaction and finishing. If the uncompacted pavement/base and cement mixture is wetted by rain so that the average moisture content exceeds **Mole the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. The loose mixture shall then be uniformly compacted to the specified density within two hours. After the mixture, except the top mulch, is compacted, water shall be uniformly applied as needed and thoroughly mixed in with a spike tooth harrow or equal. The surface shall then be reshaped to the, required lines, grades, and cross-section and then lightly scarified to loosen any imprint left by the compacting or shaping equipment. The resulting surface shall be rolled with a pneumatic roller and "tight -bladed" by a motor grader to a depth of approximately %-inch, moving all loosened mixture from the section. The surface shall then be thoroughly compacted with the pneumatic roller, adding moisture as needed. Surface finishing methods may vary from the above described procedure, providing a dense uniform surface, free of loose material, is maintained at its specified optimum during all finishing operations. Surface compaction and finishing operations shall proceed in such a manner as to produce, in not more than two hours, a smooth, closely knit surface — free of cracks, ridges, or loose material, and conforming to the required pavement cross-section. 6-inch Flexbase shall be added, as required, on each 01002-18 January 29, 2009 *ftv/ MEASUREMENT AND PAYMENT F:\projects103181042-011Specs\Part 2101002.doc 0318-042-01 .0W side of the cement treated base, in order to provide for the 24-foot wide base as shown on the detail in the Construction Drawings. 6. Protection of Manholes, Cleanouts, Water Valves, etc.: It shall be the Contractor's responsibility to repair — to the satisfaction of the Owner — any damage done to manholes, ceanouts, water valves, or other public appurtenances located in the roadway which are damaged by the Contractor during the construction procedure. No payment shall be made for these repairs. 7. Measurement and Payment: Roadway preparation including scarifying and pulverizing the existing asphalt surface, mixing, adding Portland Cement, processing and compacting, finishing, and installing the RC-250 curing membrane shall be measured by the square yard actually completed and paid for at the unit price bid for "6-inch Pulvermixed Base." 2.46 ITEM NO. 230 — GEOTEXTILE PAVEMENT GRID The unit price per square yard of Geotextile Pavement Grid shall include the furnishing and installing of the geotextile pavement grid. The geotextile material shall be resistant to chemical attack, rot and mildew and shall have no tears or defects that will adversely alter its physical properties. The grid shall be specifically designed for pavement applications and be heat -set on one side to reduce bleed -through of tack coat and to minimi8ze grid pickup by the construction equipment during installation. The tack coat shall be applied 6 inches beyond the limits of the geotextile grid at a rate of 0.25 gallons per square yard. The use of emulsions for tack coat under areas of geotextile pavement grid will not be permitted. At joints, grid rolls shall overlap 3 to 6 inches, with excessive overlap to be cut and removed. The Contractor shall use stiff bristle brooms/or pneumatic rollers to ensure wrinkle free surface over tack coat. 2.47 ITEM NO. 231 — TRAFFIC CONTROL PLAN The unit price bid per lump sum to design and implement a traffic control plan. All traffic control devices and layouts shall be in accordance with Texas Department of Transportation "Manual of Uniform Traffic Control Devices" and all Federal and State Standards and Regulations. The construction of temporary driveway, street crossing, and curb cuts shall be considered subsidiary to this bid item. Contractor shall maintain a minimum of one lane of traffic at all times on City streets. Temporary paving for rerouting traffic shall be paid under the temporary paving bid item. The traffic control plan shall be designed to allow for unimpeded traffic from all private residences accessed from within project limits. Any areas within TXDOT Right -of -Way will require a traffic control plan submitted to TXDOT for approval. No work in TXDOT Right -of -Way will be allowed until the traffic control plan has been approved by TXDOT. Measurement and payment for this item shall be made on a lump sum basis and shall include all labor and materials to assure proper traffic and pedestrian safety and flow during construction. 01002-19 January 29, 2009 MEASUREMENT AND PAYMENT F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 2.48 ITEM NO. 232 —ADDITIONAL ROCK FOUNDATION The unit price bid per cubic yard of Additional Rock for Foundation shall include furnishing, installation, and all other incidentals required where the OWNER directs. This bid item is for additional rock for foundation not shown on the plans or required in the specifications. 2.49 ITEM NO. 233 — FLOWABLE FILL CONCRETE ENCASEMENT The unit price bid per linear foot of Flowable Fill Concrete Encasement shall include furnishing, installing, and all other incidentals, required, including anti -flotation measures, for concrete encasement to be in place and in operation. Carrier pipe shall be bid under respective bid item. 2.50 ITEM NO. 234 — GABION MATTRESS The unit price bid per cubic yard of Gabion Mattress 18-inch thick shall include furnishing, installing and all incidentals required, including uniform hexagonal shaped wire mesh woven in a double twist pattern, 4-inch to 8-inch size rock riprap, and geo- textile fabric filter blanket complete in place as shown on the plans and described in the Specifications. 2.51 ITEM NO. 235 - HYDROMULCH SEEDING The unit price bid per linear foot of Hydromulch Seeding shall include furnishing, installing, and all other incidentals required for hydromulch seeding to be in place and in operation. Watering operation and schedule is required and included in bid price until mature stand of grass is present. END OF SECTION 01002-20 MEASUREMENT AND PAYMENT January 29, 2009 J F:\projects\0318\042-01\Specs\Part 2\01002.doc 0318-042-01 SECTION 02001 MATERIALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section provides the requirements for materials used for preparation of roadway fill, subgrade and base; structural subgrade and backfill; utility subgrade, bedding, embedment, and backfill; embankment and levee subgrade and fill; and other related work. B. Related Sections include the following: 1. Division 2 Section 02767 "Gabions and Gabion Mattresses" for gabion materials description. 1.3 SUBMITTALS A. Submittals for Review. 1. Samples: As required by Engineer, provide one -gallon sample in a sealed container. 2. Contractor Design Mix Determination: Submit proposed design mix design for Controlled Low Strength Material and preliminary results demonstrating the mix design achieves required compressive strength. B. Submittals for Information. 1. Source of Materials: Submit name and location of source of materials. 2. Off -Site Borrow Source: Prior to furnishing off -site borrow (soils), provide notarized certification from the landowner stating to the best of landowner's knowledge and belief, the borrow source has never been contaminated by hazardous and/or toxic waste materials. 3. Certified Analysis: Submit test results by independent laboratory of material compliance with specifications. Results shall not be more than 30 days old. 1.4 REFERENCES A. Definitions. 1. Well -Graded: A mixture of particle sizes that has no specific concentrations or lack thereof of one or more sizes producing a material type which, when compacted, produces a strong and relatively incompressible soil mass free from detrimental voids. B. Reference Standards: Following are standards that may be referenced in this Section. 1. American Concrete Institute, ACI 229. — Controlled Low Strength Materials. 2. ASTM International (ASTM): a. C33 — Standard Specification for Concrete Aggregate. b. C40 — Standard Test Method for Organic Impurities in Fine Aggregates for Concrete. 02001-1 August 2009 MATERIALS 0318-042-01 0 4 5. c. C88 — Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. d. C94 — Standard Specification for Ready -Mixed Concrete. e. C117 — Standard Test Method for Material Finer than 75 Micrometer (No. 200) Sieve in Mineral Aggregates by Washing. f. C127 — Standard Test Method for Density, Relative Density (Specific Gravity), and Adsorption of Coarse Aggregates. g. C131 — Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. h. C136 — Standard Test Method for Sieve Analysis of Fine and coarse Aggregates. i. C142 — Standard Test Method for Clay Lumps and Friable Particles in Aggregates. j. C150 — Standard Specification for Portland Cement. k. C535 — Standard Test Method for Resistant to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. I. C618 — Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. m. D75 — Standard Practice for Sampling Aggregates. n. D448 - Standard Classification for Sizes of Aggregate for Road and Bridge Construction. o. D1140 — Standard Test Method for Amount of Materials in Soils Finer than the No. 200 (75 micrometer) Sieve. p. D2487 — Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System). q. D2940 — Standard Specification for Graded Aggregate Material for Bases or Subbases for highways or Airports. `,,- r. D2974 — Standard Test Method for Moisture, Ash, and Organic Matter of Peat and other Organic Soils. s. D4221 — Standard Test Method for Dispersive Characteristics of Clay Soil by Double hydrometer. t. D4318 — Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. u. D4832 — Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. v. D5084 — Standard Test Methods for Measurement of Hydraulic Conductivity of Saturated Porous Materials using a Flexible Wall Permeameter. w. E-11 — Standard Specification for Wire -Cloth and Sieves for Testing Purposes. Public Works Construction Standards, North Texas Council of Governments (NCTCOG). Texas Department of Transportation, Standard Specifications for Construction of Highways, Streets, and Bridges (TxDOT). a. TxDOT Item 247 "Flexible Base" Texas Department of Transportation, Manual of Testing Procedures (TEX): a. TEX-110-E "Particle Size Analysis of Soils" b. TEX-116-E "Ball Mill Method for Determining the Disintegration of Flexible Base Material" c. TEX-117-E "Triaxial Compression for Disturbed Soils and Base Materials" d. TEX-411-A "Soundness of Aggregate Using the Los Angeles Machine" e. TEX-460-A "Determining Crushed Face Particle Count" 02001-2 August 2009 MATERIALS 0318-042-01 IM 1.5 DELIVERY, STORAGE AND HANDLING A. Storage and Protection. 1. Stockpile excavated materials and imported materials in designated areas or in areas approved by ENGINEER. Clearly identify stockpiles. 2. Lightly compact top and slope stockpiles to prevent excessive erosion and ponding of water. 3. Store and handle materials in a manner to prevent contamination. B. Erosion and Sedimentation Control: Provide silt fences and surface drainage control at material stockpile areas in accordance with the Storm Water Pollution Prevention Plan (SWPPP). PART 2 - PRODUCTS 2.1 GENERAL A. Various site preparation, earthwork, trenching, and roadway subgrade and base Sections reference the materials listed in the following paragraphs. Not all materials listed in this Section are used on this Project. B. Sampling of materials shall be in accordance with ASTM D75. 2.2 GRANULAR MATERIAL A. Granular material shall be free flowing, such as sand or hydraulically graded crushed stone fines, or mixed sand and gravel. The material shall be free from lumps, stones over 2-inches in diameter, clay and organic matter. The imported material shall be classified as GW, GP, GM, GC, SW, or SP according to Unified Soil Classification System, ASTM D2487. 2.3 COARSE AGGREGATE A. Coarse aggregate shall consist of gravel, crushed gravel, and crushed stone. It shall consist of sound and durable particles, free from frozen materials or injurious amounts of salts, alkali, organic matter of other material either free or as adherent coating, and reasonably well graded between the prescribed limits listed in Table 1 when tested in accordance with ASTM C136. B. Abrasion: It shall have a wear of not more than 40 percent when tested in accordance with ASTM C131 or ASTM C535. C. Soundness: When material is subjected to five (5) cycles of the sodium sulfate soundness test in accordance with ASTM C88, the weighted percentage of loss shall not exceed 12 percent. D. Amount of material finer than 75-micrometer (No. 200) sieve: Coarse aggregate for embedment shall contain not more than one percent by weight organic matter (other than native bitumen), clays, loam or pebbles coated therewith, and shall contain not more than five percent by weight on any one or combination of slate, schist or soft particles of sandstone. E. Each class of aggregate gradation shall comply with the applicable gradation limits listed in Table No. 1, when tested in accordance with ASTM C136. Table No. 1 Coarse Aggregate Gradation 02001-3 MATERIALS August 2009 0318-042-01 Aggregate Size I Aggregate Size I Aggregate Size I Aggregate Size I Aggregate Size Sieve Size No. 467 (1-1/2 to No. 4) No. 4 1 (1-1/2 to 3/4 in.) No. 57 (1 in. to No. 4) No. 67 1 (3/4 in. to No. 4) No. 8 1 (3/8 in. to No. 8) �1 Amounts Finer than Each Laboratory Sieve Mass Percent 2 in. 100 100 ---- ----- ----- 1-1/2 in. 95 to 100 90 to 100 100 ----- ----- 1 in. ---- 20 to 55 95 to 100 100 ----- 3/4 in. 35 to 70 0 to 5 ----- 90 to 100 ----- 1/2 in. --- ----- 25 to 60 ----- 100 3/8 in. 10 to 30 0 to 5 ----- 20 to 55 85 to 100 No. 4 0 to 5 ----- 0 to 10 0 to 10 10 to 30 No. 8 ---- ----- 0 to 5 0 to 5 0 to 10 No. 16 ---- ----- ----- ----- 0 to 5 Aggreqate Size Number and gradation is in accordance with ASTM C33 and ASTM D448. 2.4 FINE AGGREGATE A. Fine aggregate shall consist of natural sand, manufactured sand, or a combination thereof, complying with the requirements for abrasion, soundness, and impurities as specified for coarse aggregate. B. The fine aggregate gradation shall comply with the applicable gradation limits, when tested in accordance with ASTM C136. Fine aggregate shall not have more than 45% passing any sieve and retained on the next consecutive sieve shown in Table No. 2 and, its fineness modulus shall not be less than 2.3 or more than 3.1. Table No. 2 Fine Aggregate Gradation Sieve Percent Passing 3/8 in. 100 No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 No. 30 25 to 60 No. 50 5 to 30 No. 100 0 to 10 Gradation in accordance with ASTM C33 Fine Aqqreqate. C. Plasticity index shall be less than 6 for material passing No. 30 sieve. 2.5 NATURAL GRAVEL A. Natural gravel shall consist of uncrushed stones, washed and screened, complying with the requirements for abrasion, soundness, and impurities as specified for coarse aggregate. B. The aggregate gradation shall comply with the gradation limits listed in Table No. 3, when tested in accordance with ASTM C136., Table No. 3 Natural Gravel Gradation Passing or Retained I Percent by Weight on Sieve 02001-4 August 2009 MATERIALS 0318-042-01 Coarse Aggregate ... Passing on 1-1/2 inch 100 Retained on 3/4 inch 100 Fine Aggregate Passing on 3/4 inch 100 Retained on No. 4 100 2.6 CRUSHED STONE FOR FOUNDATION A. Crushed stone for foundations shall comply with the requirements for abrasion, soundness, and impurities as specified for coarse aggregate. B. Unless otherwise shown on the drawings, the aggregate gradation shall comply with the gradation limits listed in Table No. 1; Aggregate Size No. 57 or No. 67, when tested in accordance with ASTM C136. 2.7 SAND A. Sand shall consist of well -graded, clean, hard, durable, uncoated grains, free from lumps and organic material having a Soil Classification SW. Sand particles will pass a No. 4 sieve and be retained on a No. 200 sieve with the subdivisions as listed in Table No.4. If gradation subdivision not indicted, provide sand complying with the above gradation limits. Table No. 4 Sand Gradation Subdivisions Passing or Retained Percent by Weight on Sieve Coarse Sand Passing No. 4 100 Retained on No. 10 100 Medium Sand Passing on No. 10 100 Retained on No. 40 100 Fine Sand Passing on No. 40 100 Retained on No. 200 100 Gradation requirements obtained from ASTM D2487. 2.8 PEA GRAVEL A. Pea Gravel: Conforming to ASTM C33, Aggregate Size No. 8, and coarse aggregate graded with 100 percent passing a 3/8-inch sieve and 90 percent retained on a No. 4 sieve. 2.9 CONCRETE ENCASEMENT A. Provide Ready mixed concrete prepared in accordance with ASTM C94. Select and proportion ingredients to obtain a minimum compressive strength of 3,000 psi at 28 days. B. Materials: ...w, 1. Cement: ASTM C150, Type I or Type II. 02001-5 August 2009 MATERIALS 0318-042-01 2. Aggregate: ASTM C33, Size 67 or similar. 3. Fly Ash (if used): ASTM C618, Class C. 4. Water: Clean, potable, free of odor, organics, and deleterious materials. C. Slump: Not less than 1-inch, cushion portion of embedment; 1 to 3 inches for the sides and top of encasement. 2.10 CONTROLLED LOW STRENGTH MATERIAL (FLOWABLE FILL) A. Ready mixed flowable fill is a blend of cement, fly ash, fine aggregate, and water. It is designed as a low strength, flowable material requiring no subsequent vibration or tamping to achieve 100% consolidation. B. Unless indicted otherwise, select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832 C. Materials: 1. Cement: ASTM C150, Type I, II, or III. 2. Aggregate: ASTM C33, Size 8 or fine aggregate. 3. Fly Ash (if used): ASTM C618, Class C. 4. Water: Clean, potable, free'of odor, organics, and deleterious materials. D. The flowable fill mixture shall be mixed either in a pug mill, concrete mixer, or transit mixer and shall a minimum slump of 5-inches. 2.11 FLEXIBLE BASE A. Material Type: Unless otherwise specified, provide either crushed stone or crushed gravel as described below: 1. Crushed Stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2. Crushed Gravel with a minimum of 60% of the particles retained on a No. 4 sieve with two or more crushed faces as determined by TEX-460-A, Part I. Blending of two or more sources is allowed. B. Material Grade: Unless other specified on the Drawings, aggregate used as flexible base material, shall comply with the requirements listed in Table 5, Grade 2. Do not use additives such as, but not limited to lime, cement, or fly ash to modify aggregate to meet requirements of Table 5, unless shown on the Drawings. Table No. 5 Flexible Base Material Property Test Grade 1 Grade 2 Grade 3 Method Master Gradation - Sieve Size (% Retained) 2-1/2 inch Tex-110- I 0 0 1-3/4 inch 0 0 - 10 0 - 10 7/8-inch E 10 — 35 --- --- 3/8-inch 30 — 50 --- No. 4 45 — 65 45 — 75 45 - 75 No. 40 70 - 85 60 - 85 50 -85 Liquid Limit % Max. ASTM I 35 40 40 02001-6 August 2009 MATERIALS D318-042-01 Property Test Method Grade 1 Grade 2 Grade 3 woo Plasticity Index % D4318 10 12 12 Max. Wet Ball Mill' Maximum 40 45 Tex-116- Wet Ball Mill, % Max. E --- increase passing No. 20 20 40 Classification2 1.0 1.1 to 2.3 --- Minimum Compressive Strength 2, psi at: Tes-117- Lateral Pressure 0 E 45 35 psi Lateral Pressure 175 175 15 psi Foreign Material, % 1 1 Max. 1. When soundness value required by Drawings, test material in accordance with Tex-411-A. 2. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 3. For work under TxDOT jurisdiction the flexible base material shall comply with the requirements of TxDOT Item 247, "Flexible Base", Type A, Grade 2, or Type C, *".►, Grade 2, unless otherwise indicted on the Drawings. 2.12 SELECT FILL A. Select fill shall consist of non -expansive material, such as gravel, fine stone cuttings, sand, sandy loam, or loam free from excessive clay, roots, grass, trash, or other organic materials. Stone cuttings shall have no dimension greater than 2-inches. Use approved material excavated from site or imported material. B. Select fill shall have a liquid limit of 35 or less; plasticity index between 4 and 20; and gradation approximately the limits indicated in Table No. 6. Table No. 6 Select Fill Retained on Sieve Percent by Weight No. 4 25 to 50 No. 40 50 to 85 No. 200 Not less than 35% fines passing Maximum aggregate size: 1-3/4 inches. 2.13 IMPERVIOUS CLAY FILL A. Impervious clay fill shall be placed as indicated on the Drawings. The material shall not be used as backfill against walls of structures except in the upper two feet. 02001-7 August 2009 MATERIALS 0318-042-01 B. The material shall consist of soil materials classified as CH or CL in accordance with ASTM D2487; have a minimum liquid limit of 40; have a minimum plasticity index of 20; have a minimum of 50 percent by weight passing a No. 200 sieve; and shall be ..►' free of organics or other deleterious materials. C. The material shall have a percent dispersion of less than 20 when tested in accordance with ASTM D4221. The material, when compacted to the recommended moisture and density, shall have permeability less than 1 x E-06 cm/s (1 ft/yr), as determined by remolded specimens of the actual materials proposed, in accordance with ASTM D5084. 2.14 SITE FILL A. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GW, GP, GM, SW, SP, and SM, or a combination of these groups; free of rock or gravel larger than 3-inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. B. Material shall have a liquid limit of 40 or less; plasticity index between 4 and 20; and gradation approximately the limits indicated in Table No. 7. Table No. 7 Site Fill Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 2.15 TOP SOIL A. Material shall be natural friable loam; free of subsoil, roots, grasses, and excessive *..00 amount of weeds, stone, and foreign matter. B. Material shall have a acidity range (pH) between 5.5 to 7.5; an organic matter content between 4 to 25 percent in accordance with ASTM D2974; and a gradation complying with Table No. 8. Table No. 8 Top Soil Retained on Sieve Percent by Weight No. 4 Less than 35 No. 200 Less than 65 2.16 UNCLASSIFIED EXCAVATION A. All material excavated from site not meeting the requirements for materials specified above. 2.17 MATERIAL QUALITY CONTROL A. Sampling of material stockpiles and material sources shall be in accordance with ASTM D75. B. Perform gradation analysis in accordance with ASTM C136 for: 1. Coarse and fine aggregate, natural gravel, crushed stone for foundation, sand, select fill, impervious clay fill, earth fill, and topsoil. C. Perform abrasion testing in accordance with ASTM C131 or ASTM C535. 02001-8 August 2009 MATERIALS 0318-042-01 Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. D. Soundness testing in accordance with ASTM C88. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation. E. Deleterious materials determination in accordance with ASTM C40, C117, and C142. 1. Coarse and fine aggregate and when requested by ENGINEER for natural gravel and crushed stone for foundation F. Determine liquid limit and plasticity index in accordance with ASTM D4318. 1. Sand for particles passing No. 8 sieve, select fill, impervious clay fill, and earth fill. G. Determine pH of topsoil in accordance with ASTM D2974. H. Determine permeability (hydraulic gradient) in accordance with ASTM D5084 and percent dispersion in accordance with ASTM D4221 of impervious clay fill materials. I. Provide tests results showing flowable fill mix design achieves desired compressive strength. 2.18 CONTAMINATION TESTING AND CERTIFICATION A. The CONTRACTOR shall arrange and pay for the services of an EPA approved laboratory to perform a toxic contaminant scan of composite borrow material samples furnished to the site which shall be representative of each separate borrow source in accordance with the U.S. Environmental Protection Agency protocol for the list of contaminants described in 40 CFR, Part 261, Appendix Vill and by EPA Methods SW- 846. All costs for contamination testing and certification shall be considered subsidiary `wool to construction, and no separate payment will be made. B. The CONTRACTOR, prior to proceeding to furnish soil borrow to the site, shall submit copies of the results of the laboratory scan to the ENGINEER. The test results shall indicate whether the presence of contaminants is above EPA acceptable levels. Any potential off -site borrow on which scan test results indicate the presence of contaminants above background levels will be rejected as an off -site soil borrow source. C. The laboratory performing the scan test for contaminants for the CONTRACTOR shall provide a written certification along with the test, which states that the laboratory is EPA approved and that the tests were performed according to EPA guidelines. D. The CONTRACTOR shall obtain a written, notarized certification from the landowner, supplier or manufacturer of each proposed offsite borrow source stating that to the best of the landowner's, supplier's, or manufacturer's knowledge and belief, there has never been contamination of the borrow source site with hazardous or toxic materials. The CONTRACTOR prior to proceeding to furnish soil materials to the site shall submit these certifications to the ENGINEER. The lack of such certification on a potential offsite soil borrow sources will be cause for rejection of that source. E. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on this project 02001-9 August 2009 MATERIALS 0318-042-01 PART 3 - EXECUTION (NOT USED) END OF SECTION 02001-10 MATERIALS August2009 N./ 0318-042-01 s SECTION 02202 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES PART 1 - GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as required for the construction of the large diameter (greater than 18-inch) water pipeline facilities to the line, grade and extent indicated. 1.02 REFERENCES The applicable provisions of the following standards shall apply as if written here in their entirety: A. American Society for Testing and Materials (ASTM) standards: ASTM C 33 Specifications for Concrete Aggregates ASTM C 131 Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. ASTM C 535 Test Method for Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. ASTM D 698 Test Methods for Moisture -Density Relations of Soils and Soil Aggregate Mixtures, Using 5.5-lb Rammer and 12 Inch Drop ASTM D 1556 Test Method for Density and Unit Weight of Soil In Place by the Sand Cone Method ASTM D 2487 Classifications of Soils for Engineering Purposes ASTM D 2922 Test Method for Density of Soil and Soil -Aggregate In Place by Nuclear Methods ASTM D 3017 Test Method for Water Content of Soil and Rock In Place by Nuclear Methods ASTM D 4253 Test Method for Maximum Index Density of Soils and Unit Weight of Soils Using Vibratory Tests ASTM D 4254 Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density ASTM D 4914 Test Method for Density of Soil and Rock In Place by the Sand Replacement Method in a Test Pit ASTM G 57 Method for Field Measurement of Soil Resistivity Using the Wenner Four -Electrode Method B. American Water Works Association publications: AWWA C151 Ductile Iron Pipe AWWA C200 Steel Water Pipe 6" and Larger AWWA C301 Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and Other Liquids AWWA C303 Reinforced Concrete Pressure Pipe - Steel Cylinder Type, Pretensioned, for Water and Other Liquids C. Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. 1.03 SYSTEM DESCRIPTION [Not Used] 02202-1 June 2009 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES F.\projects\0318\042-01\Specs\Part 2\Tech0vision 02\02202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE.doc 0318-042-01 1.04 SUBMITTALS Submittals shall be in accordance with City of Fort Worth standards, and shall include: A. Certified test reports for granular embedment, coarse gravel, flexible base backfill, flexible base pavement, HMAC, and crushed concrete. Certified Test Reports shall be from an independent laboratory. Test reports shall include sieve analysis, Atterburg limits, and results of an Abrasion test. B. Certified test reports for compaction tests. C. A five gallon bucket of granular embedment material. 1.05 QUALITY ASSURANCE [Not Used] 1.06 DELIVERY, STORAGE AND HANDLING [Not Used] 1.07 PROJECT CONDITIONS A. Classification of Excavation Excavation shall be "unclassified" and involves the removing of the necessary materials to provide the trench to the required width and depth. The Contractor, prior to submitting a proposal, must satisfy himself as to the actual sub -surface conditions. No extra or separate payments shall be made for rock, dewatering, or any other condition. B. City, County, and Private Road Crossings Where the work is in the right-of-way of City, County and/or privately owned roads, the Owner will secure the necessary permits and easements for the work. Work to be performed within the limits of the public right-of-way shall be in full accordance with the. requirements of the easements and permits and as requested by the City, County, and/or private owner. Provide temporary access and detours for roads and driveways cut-off during pipe laying operations. C. Protection of Existing Structures and Utilities Prior to the manufacture of pipe and start of construction, the Contractor shall communicate with the local representative of all utility companies including, but not limited to oil, gas, electric and telephone companies, water and sanitary sewer utilities, and any other public or private utility companies in the location of the proposed construction in order to obtain the assistance of the utility owner in locating utility lines and in the avoidance of conflicts with utility lines. The Contractor shall uncover and determine the elevation and location of conflicts well ahead of the manufacture of the pipe. The Engineer has shown the approximate location of existing utilities as determined from field surveys and record data from utility companies. The fact that some utilities are not shown or are shown incorrectly in no way relieves the Contractor of his responsibility to locate all existing utilities. The Contractor shall advise the Engineer of any existing utilities that are not shown on the Plans, or are shown incorrectly, that affect the pipe layout. Contractor shall also propose a resolution to the utility conflict for the Engineer's review. The Engineer will determine whether the utility will be relocated or the proposed pipeline location revised. If the pipeline location is revised, an adjustment to the Contract price will be made by adjusting the quantities for the various unit price pay items. If the proposed 02202-2 June 2009 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES F:\proods\031W42-01\Specs\Part 2\TechlDivision 0202202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE_doc 0318-042-01 pipe grade is adjusted by two (2) vertical feet or less, no contract price adjustment will be made. If the proposed pipe grade is adjusted by more than two (2) vertical feet, a contract price adjustment will be agreed to as described in Article 6 of the General Conditions. Utilities that affect the pipe layout will be interpreted by the Engineer as follows: 1. Utilities that conflict with the grade of the proposed pipe will be interpreted as affecting the pipe layout. 2. Utilities that conflict with the operations and maintenance of the proposed pipe will be interpreted as affecting the pipe layout. Where excavation endangers adjacent structures and utilities, the Contractor shall, at his own expense, carefully support and protect such structures and/or utilities so that there shall be no damage. Costs of temporarily or permanently relocating the conflicting utilities shall be borne by the Contractor without extra compensation from the Owner. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility lines crossing trenches, the Engineer may direct 2,000 psi concrete backfill to be used. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of the concrete backfill as directed by the Engineer. 1.08 WARRANTY [Not Used] 1.09 MAINTENANCE AGREEMENT A. Following the certification of completion by the Engineer, maintain paved surfaces, unpaved trench surfaces, fences, curbs, sidewalks, and gutters, for a period of 12 months thereafter. Material and labor required for the maintenance shall be supplied by the Contractor, and the work shall be done in a manner satisfactory to the Engineer. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete Embedment, Cap, Blocking, and Encasement Where concrete embedment, cap, blocking, or encasement is indicated or requested by the Engineer, it shall be 2,000 psi concrete. B. Flowable Fill Flowable fill shall be as specified by the City Specifications. C. Granular Embedment Granular embedment material shall be gravel, sandy gravel, or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D 2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, of suitable quality to insure permanence in the trench and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C 131 or ASTM C 535. The P.I. of the fines 02202-3 ,June 2009 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES FAPMjects1031W42-0Mpecs\Par1 MechUvision OM2202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE.doc 0318-042-01 Flexible Base Backfill ,%WWI Complying with Item 247 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition, Type A, Grade 1. J. Hot Mix Asphalt Concrete (Hmac) Hot Mix Asphalt Concrete shall comply with Item 340, Type D of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. PART 3 - EXECUTION 3.01 TRENCH EXCAVATION A. General 1. Excavate trenches to the alignment, width, and depth as indicated or as required for the proper installation of the pipe. Brace the trench and/or dewater the trench if necessary so that the workmen may work safely and efficiently. 2. Comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, _injury or loss. Comply with the requirements for Trench Safety. 3. Dewater excavations so that the work is performed in the "dry". Bailing, pumping, and dewatering shall be at the Contractor's expense. Use coarse gravel (at no extra cost to the Owner) instead of embedment material under the pipe to provide for the free drainage and flow of water in the pipe trench, where it is necessary, in order to keep the water level below the pipe barrel and bell holes ..W for joints. The water removed from trenches shall be conducted to natural drainage ways, drains, or storm sewers in such a manner as to prevent damage to adjacent property or to the public. Pumps of ample capacity and in duplicate must be provided to ensure_ that once an _excavation is made dry, the water is kept down until that part of the work under construction is completed. 4. It is intended that the line be laid to the depth of cover shown on the Plans. The minimum depth of cover shall be maintained at all locations unless shown otherwise. The approximate ground profile and the top of pipe profile show the relationship intended by the Engineer. The precise and detailed pipe layout is to be prepared by the Contractor and submitted to the Engineer for review. The responsibility for the workability of the detailed layout remains the responsibility of the Contractor. High points shall be located at air valves and air valves shall be located in pipe sections having a horizontal grade. 5. Where unforeseen existing utilities or other conditions warrant a revision of the pipe grade or alignment, the Contractor shall submit a revised pipe layout to the Engineer for review. No intermediate high or low points will be allowed in the pipe grade without the approval of the Engineer. B. Pipe Trench 1. The "pipe zone" shall be defined as the zone from the bottom of the pipe trench to 12 inches above the top of the pipe. 2. The trench walls in the pipe zone shall be vertical. Trench widths shall be as shown on the Plans. 3. Trench walls above the pipe zone may be laid back or benched where room permits as necessary to meet the requirements of OSHA. 02202-5 June 2009 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES F:lprojects103181042-011SpecsIPart 21TechUvision 02/02202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE.doc 0318-042-01 clearance for properly jointing pipe laid in rock trenches at bell holes. Refill the excavation to grade with granular embedment material. F. Blasting Procedure Blasting shall not be allowed. G. Bell Holes Required 1. Bell holes of ample dimension shall be dug in trenches at each joint of pipe to permit the jointing to be made properly, visually inspected, and so that the pipe will rest on the full length of the barrel. 2. Pipe with field -applied exterior coatings shall have the joints excavated to sufficient depth to allow proper cleaning, application, testing and inspection of the field -applied coating system. H. Care of Surface Material for Reuse Surface materials such as topsoil in its natural state, suitable for reuse in restoring the excavated surface, shall be kept separate from the general excavation material. The top 12 inches of the trench backfill shall be considered topsoil. Save the topsoil to be used as backfill of the top 12 inches of the trench after pipe laying. 1. Manner of Piling Excavated Material Place excavated material so that work is not endangered or interferes with public traffic. Do not place excavated material over buried pipelines or existing utilities unless adequate provisions are made to protect those pipelines and/or utilities. Roads and driveways must be kept open in every case. Keep drainage channels clear of obstructions or make other satisfactory provisions for drainage. ..2%V1 J. Trenching By Machine Or By Hand The use of trench digging machinery is approved except in places where operations of same will cause damage to existing structures above or below ground, in which case employ hand methods. K. Open Trench 1. The Owner's Representative shall have the right to limit the amount of trench that may be opened or partially opened at any time in advance of the completed line; and also the amount of trench left not backfilled. 2. Not over 500 feet of trench in open country or pasture land shall be opened at any one time, and not more than 150 feet of trench in populated areas shall be left open unless otherwise permitted in writing by the Owner. 3. Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent property, and the public. 4. Trenches left open at night shall be fenced with adequate construction fencing. The Owner may require that no trenches be left open at night in streets or populated areas. L. Structural Excavation Excavation shall extend a sufficient distance from walls and footings to allow for form installation and inspection, except where concrete for walls and footings is authorized or required to be deposited directly against excavated surfaces. Where excavation, through the fault of the Contractor, is made below the elevation specified or directed by the Engineer, restore the excavation to the proper elevation with stabilized backfill ...i (lean concrete or flowable fill) or other approved material at the Contractor's expense. 02202-7 June 2009 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES Fi\projectsk03l8\O42-01\Specs\Part 2\TechUvision 02\02202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE.doc 0318-042-01 pipe on this material to the indicated grade. Provide bell holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up. `'oo, b. Place the subsequent lifts of granular embedment uniformly on both sides of the pipe to the top of the pipe zone in maximum 12-inch thick loose lifts. Compact using vibration or mechanical tamping to a minimum of 95 percent maximum density in accordance with ASTM D 4253. Test embedment compaction per ASTM D 1556 and ASTM D 2922. Contractor shall take precautions to ensure no voids occur under the haunches of the pipe and to prevent disturbance of the pipe alignment. 2. Depth of Cover Over 15 Feet Pipe installed with a depth of cover greater than 15 feet shall be installed with flowable backfill material from the bottom of the trench to the top of the pipe zone as indicated on the standard detail sheet. H. Backfill Procedure Above Pipe Zone Mechanical compaction shall be utilized. Place ordinary material above the pipe zone in lifts not exceeding 18" loose depth and compact to 95 percent Standard Proctor density tested per ASTM D 698. The Contractor shall be responsible for any damage that may occur to the pipe using this method of compaction. Note: Special backfill materials and procedures may be required for roadway, railroad, stream crossings, and other special conditions. These will be indicated on the Plans where required. I. Surface Material Replacement 1. The top 12 inches of the trench backfill shall be composed of the original surface material or topsoil excavated from the trench. Place the topsoil over the `� consolidated trench backfill material and neatly round over the trench to a sufficient height to allow settlement to grade after consolidation. Grade the surface to allow drainage in the same manner as existed prior to construction. 2. Top soil shall not contain rocks or clods larger than those adjacent to the trench in the undisturbed condition. J. Backfill Around Structures 1. After completion of foundations, walls, etc., remove forms and clean excavation of debris or other objectionable matter prior to placing backfill. 2. In areas where structures such as slabs or pipes are to be constructed on backfill, backfill shall be lean concrete or granular backfill as indicated. Thoroughly compact the backfill. Granular backfill shall be compacted to a minimum of 95 percent maximum density in accordance with ASTM D 4253. 3. Mechanically tamp earth backfill around and over structures, using select material, and placed in layers not to exceed 8-inch loose thickness (higher lifts may be allowed with the approval of the Engineer in accordance with the Manufacturer's recommendations for large mechanical tampers). 4. Bring material to within 2 percent of optimum moisture content and compact each layer to a uniform density of not less than 95 percent Standard Proctor density as determined by ASTM D 698. Laboratory control shall be used to secure compliance with this requirement. 02202-9 June 2009 EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES F:\prcjects\0318\042-01\Spec.s\Part2\Tech\DivisionO2\02202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE.doc 0318-042-01 D. Seeding and Sodding Provide seeding and sodding in all temporary and permanent easements and all rights -of -way as indicated in the Plans and disturbed areas. Seeding and/or sodding outside of these areas is to be planted when requested in writing by the Owner. 3.05 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish, and temporary structures, and leave the construction site clean, to the satisfaction of the Engineer. Grade the surface, and re-establish drainage. Removal of rock and other excess excavated material and general leveling and grading of the right-of-way surface to a presentable appearance shall proceed so as to not be further than 2,500 feet behind the backfilling operations. The Contractor shall be responsible for location of sites for disposal of excess material and the Owner shall make no additional payment for expenses incurred in such disposal. END OF SECTION 02202-11 June Zoos EXCAVATION AND BACKFILL FOR LARGE DIAMETER PIPELINES F:0mjects\0318\042-01\Specs\Part 2\Tech\Division 02102202 EXCAVATION AND BACKFILL LARGE DIAMETER PIPE.doc 0318-042-01 SECTION 02230 SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies site clearing activities including trees and vegetation removal and root grubbing, tree protection, topsoil stripping and stockpiling, capping and removing utilities, temporary erosion and sedimentation control measures, and removing minor above- and below -grade site improvements. B. This section does not include detailed tree protection and trimming, tree and root pruning, or tree relocation; grading, excavating, backfilling for earthwork and trenching; building and selective demolition; or landscaping. C. Related Sections include the following: 1.3 DEFINITIONS A. Interfering or Objectionable Material: Trash, rubbish, and junk; vegetation and other organic matter, whether alive, dead, or decaying. NNor 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 two-inch caliber to a depth as specified in the following paragraphs. 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. Topsoil: Natural or cultivated surface -soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches in diameter; and free of subsoil and weeds, roots, toxic materials, or other non -soil materials. G. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. H. Project Limits: Areas, as shown or specified, within which work is to be performed. 02230-1 August 2009 SITE CLEARING 0318-042-01 1. The CONTRACTOR shall comply with all requirements of the Permit, including the filling of the Notice of Intent (NOI) and Notice of Termination (NOT), record maintenance, and posting of the Permit. B. Temporary Erosion and Sedimentation Control: 1. Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil -bearing water runoff to adjacent properties and walkways, according to a sediment and erosion control plan, specific to the site, which complies with the requirements of TCEQ, or EPA 832/R-92-005, or requirements of authorities having jurisdiction, whichever is more stringent. 2. The CONTRACTOR shall have the sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing and maintaining the erosion and sedimentation control system. 3. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 TREE PROTECTION A. Requirements for tree protection and related work are shall comply with the requirements of Division 2 Section 02231 "Tree Protection and Trimming." 3.4 UTILITIES A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. Arrange with utility companies to shut off indicated utilities. ... B. Existing Utilities: If applicable, do not interrupt utilities serving facilities occupied by OWNER or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify ENGINNER not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without ENGINEER'S written permission. C. Excavate for and remove underground utilities as indicated to be removed. 3.5 LIMITS OF CLEARING A. As follows, but not to extend beyond Project limits shown on the Drawings. 1. Excavation, Excluding Trenches: 5 feet beyond top of cut slopes. 2. Trench Excavation: 4 feet from trench centerline, regardless of trench width. 3. Fill: a. Clearing and Grubbing: 5 feet beyond toe of permanent fill. b. Stripping: 2 feet beyond toe of permanent fill. 4. Roadways: Clearing and grubbing 20 feet from roadway centerline. 5. Overhead Utilities: Clearing and grubbing entire width of easements and rights -of - way. 6. Other Areas: As shown on drawings. B. Remove rubbish, trash and junk from entire area within Project limits. 3.6 BLASTING '"W" A. Explosives: Do not use explosives. 02230-3 August 2009 SITE CLEARING 0318-042-01 3.11 DISPOSAL v A. Disposal: 1. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off OWNER'S property. 2. Dispose of stockpiled waste materials within 30-days. 3. When requested by OWNER, provide copies of the landfill receipts for waste material disposal. END OF SECTION 02230-5 August 2009 SITE CLEARING 0318-042-01 SECTION 02231 TREE PROTECTION AND TRIMMING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. B. Related Sections include the following: 1. Division 2 Section 02230 "Site Clearing" for removal limits of trees, shrubs, and other plantings affected by new construction. 1.3 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by a 5-foot buffer outside the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 SUBMITTALS IWA01 A. Product Data: For each type of product indicated. B. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. C. Qualification Data: For tree service firm and arborist. D. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. E. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. 1.5 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project. The tree service firm will assign an experienced, qualified arborist to Project site during execution of tree protection and trimming. B. Arborist Qualifications: An arborist certified by ISA or licensed in the jurisdiction where Project is located. C. Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody Plant Maintenance --Standard Practices (Pruning)." 02231-1 August 2009 TREE PROTECTION AND TRIMMING 0318-042-01 C. Where excavation for new construction is required within tree protection zones, hand clear and excavate to minimize damage to root systems. Use narrow -tine spading forks and comb soil to expose roots. 1. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. D. Where utility trenches are required within tree protection zones, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand. 1. Root Pruning: Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; do not break or chop. 3.3 REGRADING A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade beyond tree protection zones. Maintain existing grades within tree protection zones. 1. Root Pruning: Prune tree, roots exposed during grade lowering. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots with sharp pruning__ instruments; do not break or chop. B. Minor Fill: Where existing grade is 6 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. C. Moderate Fill: Where existing grade is more than 6 inches but less than 12 inches below elevation of finish grade, place drainage fill, filter fabric, and topsoil on existing grade as follows: 1. Carefully place drainage fill against tree trunk approximately 2 inches above elevation of finish grade and extend not less than 18 inches from tree trunk on all sides. For balance of area within drip -line perimeter, place drainage fill up to 6 inches below elevation of grade. 2. Place filter fabric with edges overlapping 6 inches minimum. 3. Place fill layer of topsoil to finish grade. Do not compact drainage fill or topsoil. Hand grade to required finish elevations. 3.4 TREE PRUNING A. Prune trees to remain that are affected by temporary and permanent construction. B. Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arborist. C. Pruning Standards: Prune trees according to ANSI A300 (Part 1) as follows: 1. Type of Pruning: As indicated on the Drawings or directed by the arborist prune trees either by cleaning, thinning, raising, or reduction or a combination. D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip removed tree branches and do -not dispose within the tree protection zone. 02231-3 August 2009 TREE PROTECTION AND TRIMMING 0318-042-01 SECTION 02240 DEWATERING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes construction dewatering. B. Related Sections: 1. Division 2 Section 02260 "Excavation Support and Protection" for shoring, bracing, and sheet piling of excavations. 2. Division 2 Section 02320 "Excavation and Backfilling for Large Diameter Pipe" for excavation, trenching and backfilling for large utilities. 1.3 PERFORMANCE REQUIREMENTS A. Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. 1. Delegated Design: Design dewatering system, including comprehensive engineering analysis by a qualified professional engineer in the state where the Project is to be constructed, using performance requirements and design criteria indicated. 2. Continuously monitor and maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. 3. Prevent surface water from entering excavations by grading, dikes, or other means. 4. Accomplish dewatering without damaging existing buildings, structures, and site improvements adjacent to excavation. 5. Remove dewatering system when no longer required for construction. 1.4 SUBMITTALS A. Action Submittal. Provide shop drawings for dewatering system. Show arrangement, locations, and details of wells and well points; locations of risers, headers, filters, pumps, power units, and discharge lines; and means of discharge, control of sediment, and disposal of water. B. Delegated -Design Submittal: For dewatering system indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Informational submittals 1. Qualification Data: For qualified Installer, land surveyor and professional engineer as applicable. ..W 2. Field quality -control reports. 02240-1 August 2009 DEWATERING 0318-042-01 2. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. B. Install dewatering system to ensure minimum interference with roads, streets, walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Provide temporary grading to facilitate dewatering and control of surface water. D. Monitor dewatering systems continuously. E. Promptly repair damages to adjacent facilities caused by dewatering. F. Protect and maintain temporary erosion and sedimentation controls, which are specified in Division 2 Section 02230 "Site Clearing"during dewatering operations. 3.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface -water controls. 1. Space well points or wells at intervals required to provide sufficient dewatering. 2. Use filters or other means to prevent pumping of fine sands or silts from the subsurface. B. Before excavating below ground -water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed or until dewatering is no longer required. C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water -bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open -sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water -bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. 1. Unless otherwise specified in the Geotechnical Report, maintain piezometric water level a minimum of 24 inches below surface of excavation. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow -control devices as required by authorities having' jurisdiction. F. Provide standby equipment on site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. 02240-3 August 2009 DEWATERING 0318-042-01 SECTION 02260 EXCAVATION SUPPORT AND PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes temporary excavation support and protection systems. B. Related Sections: 1. Division 2 Section 02240 "Dewatering" for dewatering system for excavations. 1.3 PERFORMANCE REQUIREMENTS A. Design, furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Delegated Design: Design excavation support and protection system, including comprehensive engineering analysis by a qualified professional engineer, licensed to practice in the state where the Project will be constructed, using performance requirements and design criteria indicated. B. As a minimum, the Excavation Support and Protection Plan shall address the following ,#GNP, items: 1. Provide details of shoring, bracing, sheet piling, soldier piles and lagging, tie backs, and other support systems and provisions for worker protection from hazards of caving ground. 2. Methods and sequencing of installing excavation support. 3. Proposed locations for excavated materials. 4. Minimum lateral distance from the crest of slopes for vehicles, equipment, and stockpiled materials. 5. Prevent surface water from entering excavations by grading, dikes, or other means. 6. Install excavation support and protection systems without damaging existing buildings, structures, and site improvements adjacent to excavation. 7. Monitor vibrations, settlements, and movements. 1.4 SUBMITTALS A. Delegated -Design Submittal: For excavation support and protection system indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer, licensed to practice in the state where the Project is constructed, responsible for their preparation. 1.5 PROJECT CONDITIONS A. Project -Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of Nwool geotechnical engineer and represent interpretations of subsoil conditions, tests, and 02260-1 August 2009 EXCAVATION SUPPORT AND PROTECTION 0318-042-01 3.3 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements, facilities, and utilities. 1. Fill voids immediately with approved backfill compacted to density specified in Division 2 Section 02300 "Earthwork." 2. Repair or replace, as approved by ENGINEER, adjacent work damaged or displaced by removing excavation support and protection systems. B. If the support or stability of existing structures or site improvements is dependent, leave excavation support and protection systems permanently in place. Remove excavation support and protection systems to a minimum depth of 48 inches below overlaying construction and abandon remainder. END OF SECTION 02260-3 August 2009 EXCAVATION SUPPORT AND PROTECTION 0318-042-01 SECTION 02326 PIPE JACKING, BORING, OR TUNNELING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides for pipe installation by jacking, boring, directional boring or drilling, or by tunneling. B. Related Sections: 1. Division 2 Section 02230 "Site Clearing" for site preparation, temporary erosion control measures, tee protection and other related work. 2. Division 2 Section 02240 "Dewatering" for dewatering requirements. 1.3 REFERENCES AND DEFINITIONS A. References: 1. ASTM International (ASTM): a. A 36 Specification for Carbon Structural Steel b. A 139 Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS 4 and Over) c. A 307 Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength d. A 449 Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use e. A 760 Specification for Corrugate Steel Pipe, Metallic -Coated for Sewers and Drains f. C 76 Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe g. C 150 Specification for Portland Cement h. C 869 Specification for Foaming Agents Used in Making Performed Foam for Cellular Concrete 2. American Water Works Association (AWWA): a. C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. through 12 In. for Water Distribution B. Definitions: 1. Auger Boring: A technique for forming a bore from a drive pit to a reception pit, by means of a rotating cutting head. Spoil is removed back to the drive pit by helically wound auger flights rotating in a steel casing pipe. 2. Bentonite: Colloidal clay sold under various trade names that form slick slurry or gel when water is added. Also know as driller mud. 3. Carrier Pipe: The tube that carries the product being transported and which may go through casings at highways and railroad crossing. It may be made of steel, concrete, clay, plastic, ductile iron, or other materials. 4. Casing: A pipe used to line bore holes through which a pipe(s) called carrier pipes or ducts are installed. 02326-1 August 2009 PIPE JACKING, BORING, OR TUNNELING 0318-042-01 C. Preinstallation Conference: Conduct conference at Project site. 1.7 PROJECT CONDITIONS A. Construction Method: Unless otherwise specifically designated, CONTRACTOR may select jacking, boring, tunneling, or trenchless construction method to be employed. Gravity sewer lines shall be maintained at a uniform grade throughout trenchless construction. B. Permit: 1. The OWNER shall be responsible to provide the documentation to the appropriate jurisdiction and obtain the required permits for designated jacking, boring, and tunneling operations shown on the Drawings. 2. For those areas where CONTRACTOR proposed to use jacking, boring, tunneling, or trenchless excavation operations in lieu of open cut, it shall be the responsibility of the CONTRACTOR to prepare documentation, obtain approval and required permits. C. Operation Restrictions: Conduct operations so as not to interfere with, interrupt, or endanger surface and activity thereon. 1. Minimize subsidence of surface, structures, and utilities above and in vicinity of operations. 2. Support ground continuously to prevent loss of ground and keep perimeters stable. 3. Be responsible for settlement resulting from operations. 4. Repair and restore damaged property to its condition before being disturbed at no cost to the OWNER. 5. Provide 48-hour notice prior to commencement of any jacking, boring, tunneling, or trenchless operations. D. Compliance: Comply with applicable ordinances, codes, statutes, rules, and regulations of the jurisdictional agency, the affected Railroad, TxDOT, and municipal, state and federal governmental agencies. E. Additional Criteria for Work Railroad Property: 1. Do not schedule work until submittals and insurance approval received from Railroad and ENGINEER and permit, if applicable, has been obtained. 2. Provide any additional insurance required by the Railroad or other jurisdiction agency. 3. Comply with AREMA and other Railroad requirements prior to commencing Work. 4. Obtain required Railroad safety training for operators performing Work within Railroad right-of-way, the required flagman, and work authorization from the Railroad. All costs associated with these activities shall be the CONTRACTOR'S responsibility. 5. Place safety, precautionary, and protective devices and services required before Work proceeds. F. Safety Requirements: 1. Provide flagman, barricades, lights, warning signs, ventilation, air quality monitoring, and other safety devices and equipment required to ensure the safety of personnel entering area, especially tunneling operations, safeguard traffic and pedisterians. 2. Establish procedure to logging personnel working within the bore or tunnel shaft, if applicable. 02326-3 August 2009 PIPE JACKING, BORING, OR TUNNELING 0318-042-01 8. Available Manufacturers: a. Advance Products & Systems, Inc. v b. Cascade Waterworks Mfg. c. Pipeline Seal & Insulator Inc. E. Casing End Seals: 1. Manufactured of 1/8-inch thick neoprene rubber, attached using 1/2-inch wide T304 stainless steel bandings 100% non-magnetic worm gear mechanism. 2. Configuration may be pull -on end molded, wrap around with self -curing mastic sealing strips, or zipper configuration. 3. Available Manufacturers: a. Advance Products & Systems, Inc. b. Cascade Waterworks Mfg. c. Pipeline Seal & Insulator Inc. F. Grout: 1. Consist of one part Portland cement, ASTM C150, Type I or II, three parts sand, and minimum amount of water to obtain desired consistency. 2. Sand shall consist of clean, hard, durable, uncoated grains, free from lumps and organic material. All particles shall pass a No. 8 sieve and the material shall have a plasticity index of 12 or less. 3. Compressive strength of 100 psi at 28-days. G. Foowable Fill: 1. Ready mixed flowable fill is a blend of cement, fly ash, fine aggregate, and water. It is designed as a low strength, flowable material requiring no subsequent vibration or tamping to achieve 100% consolidation. ..i 2. Unless indicted otherwise, select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832. 3. Materials: a. Cement: ASTM C150, Type I, ll, or III. b. Aggregate: ASTM C33, Size 8 or fine aggregate. c. Fly Ash (if used): ASTM C618, Class C. d. Water: Clean, potable, free of odor, organics, and deleterious materials. 4. The flowable fill mixture shall be mixed either in a pug mill, concrete mixer, or transit mixer and shall a minimum slump of five (5) inches. H. Cellular Concrete Backfill: 1. Concrete: ASTM C150, Type II. 2. Foaming agents conform to ASTM C 869. 3. Water: Clean, free of organic and other impurities. 4. Minimum 7 and 28 day compressive strength of 300 and 500 psi. I. Annular Sand Backfill: Sand for the annular space shall be clean and 100% shall pass a Standard no. 30 sieve. J. Miscellaneous Items: 1. Surface Settlement Markers: a. Within bituminous pavement areas: "p.k." nails. b. Within nonpaved areas: Wooden nails. c. Within concrete surfaces: Paint. 2. Grout Connections: Provide two inch grout connection regularly spaced at 5-foot centers, alternating at 30 degrees from plumb each side of the vertical centerline. 02326-5 August 2009 PIPE JACKING, BORING, OR TUNNELING 0318-042-01 C. The hole shall be bored mechanically with a suitable boring assemble designed to produce a smooth, straight shaft and so operated that the completed shaft shall be at the established line and grade. The boring shall be accomplished using either a pilot hole method or a dry hole method. 1. Pilot Hole Method: Bore approximately a 2-inch pilot hole the entire length of the crossing and confirm line and grade. The pilot hole shall serve as the centerline for the larger diameter hole to be bored. 2. Dry Hole Method: Advance casing pipe as augers through the casing pipe remove the soil. Bentonite may be used as a lubricant- D. All voids between the pipe and the earth shall be filled with grout. Provide grout holes in the pipe. The grouting shall follow immediately upon completion of the jacking operation. Prepare bottom of pits and pipeline foundations in accordance with Division 2 Section 02320 "Excavation, Trenching, and Backfilling for Utilities." Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). E. Any pipe that cannot be repaired to its original condition or is damaged during boring operations shall be removed and replaced at CONTRACTOR'S expense. 3:4 CARRIER PIPE INSTALLATION A. Installation: 1. Install carrier pipe to establish lines and grades. 2. Carrier pipe joints within the casing pipe shall be of the restrained type in accordance with applicable pipe specifications. If applicable, exterior and interior joints of the carrier pipe shall be mortar coated and lined in the field as installation *401W progresses. 3. For cast iron or ductile iron, encase pipe in polyethylene in accordance with applicable pipe section. 4. Install casing spacers by placing at each end of the casino pipe and at 6 to 8 feet intervals, and in accordance with manufacturer instructions. There shall be at least two spacers installed on each pipe section. 5. Seal ends of casing and carrier pipe using neoprene casing end seals and stainless steel bands. If overlap seal is employed, bond together the overlapping surfaces with permanent sealing adhesive. B. Testing: Hydrostatic testing of the carrier pipe shall be completed prior to the filling of the annular space between the casing and carrier pipe. Testing shall be accomplished in accordance with the applicable pipe section. C. Backfilling Annular Space between Carrier Pipe and Casing Pipe: Backfill annular space using annular sand, cellular concrete or flowable fill. D. Supports: Carrier pipe shall be supported to the .quarter point by a concrete cradle across the boring or jacking pit to the first joint in the ditch section at each end. E. Additional Pipes or Conduits: Where more than one pipe or conduit, such as irrigation or communication/electrical cables or conduits, in addition to the primary carrier pipe, is shown inside the casing, they shall be bundled and attached to special multiple pipe cluster type spacers as a unit in the quadrant shown on the Drawings. 02326-7 August 2009 PIPE JACKING, BORING, OR TUNNELING 0318-042-01 SECTION 02767 GABIONS AND GABION MATTRESSES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes providing all labor, supervision, materials, equipment, tools, and related items to construct gabion structures as shown on the Drawings. 1.3 REFERENCES A. References: 1. Gabions: Gabions are wire fabric containers, uniformly partitioned, of variable size, interconnected with other similar containers and filled with stone at the site, to form flexible, permeable, monolithic structures such as retaining walls, sea walls, channel linings, revetments and weirs for earth retention. Gabion height is 12- inches or greater. 2. Mattresses: Like gabions, are wire fabric containers, uniform partitioned, of variable size, interconnected with other similar containers and filled with stone at the site, to form flexible, permeable, monolithic structures such as retaining walls, sea walls, channel linings, revetments and weirs for earth retention. Mattress height is less ... than 12-inches. Referred to as °revet Mattress" in ASTM A975 and generally used for riverbank protection and channel linings. 3. Welded Wire Fabric: Material composed of a series of longitudinal and transverse steel wires arranged substantially at right angles to each other, and welded together by electrical resistance welding at points of intersections to form fabricated sheets. 4. Refer to ASTM A794 for definition of the terminology; lacing wire, spiral binder, and stiffener as used in the construction of welded -wire gabions and gabion mattresses. 5. Double -Twisted Hexagonal Mesh: A non raveling mesh made by twisting continuous pairs of wires through three one half (1/2) turns (commonly called double -twisted) which are then interconnected to adjacent wires to form hexagonal - shaped openings. 6. Refer to ASTM A975 for definition of the terminology; selvedge wire, edge wire, lacing wire, fastener, and stiffener as used in the construction of double -twisted were mesh gabions and gabion mattresses. B. Classification: 1. Welded wire fabric for gabions and gabion mattresses is produced in five Styles, based on the kind of coating, in accordance with ASTM A974. 2. Double -twisted wire fabric for gabions and revet mattresses is produced in four Styles, based on the kind of coatings, in accordance with ASTM A975, C. References: 1. ASTM International (ASTM): NOW 02767-1 August 2009 GABIONS AND GABION MATTRESSES 0318-042-01 PART 2 - PRODUCTS ,"+` 2.1 FABRICATED WIRE BASKETS A. Furnish welded wire gabions and gabion mattresses in accordance with ASTM A974. Furnish Style 1 or 2 when galvanized wire coating is specified or Style 5 when PVC wire coating is specified. 1. Wire used in fabrication of wire mesh and accessories shall comply with the requirements of ASTM A974. 2. Gabions shall have a mesh opening of 3 by 3 inches. 3. Gabion mattresses shall have a mesh opening of 1-1/2 by 3 inch. 4. Width, height, and length of gabion as manufactured shall not differ more than ± 5 percent from ordered size prior to filling. 5. Width and length of gabion mattresses shall not differ more than ± 5 per cent, and the height shall not differ more than ± 10 percent from ordered size prior to filling. B. Furnish double -twisted wire gabions and gabion mattresses in accordance with ASTM A975. Furnish Style 1 when galvanized wire coating is specified or Style 3 when PVC wire coating is specified. 1. Wire used in fabrication of wire mesh and accessories shall comply with the requirements of ASTM A975. 2. Gabions shall be manufactured with an 8 x 10-mesh type having a nominal opening of 3.25 by 4.5 inches. 3. Gabion Mattresses shall be manufactured with a 6 by 8-mesh type having a nominal opening of 2.5 by 3.25 inches. 4. Width, height, and length of gabion as manufactured shall not differ more than ± 5 percent from ordered size prior to filling. .rw 5. Width and length of gabion mattresses shall not differ more than ± 5 per cent, and the height shall not differ more than ± 10 percent from ordered size prior to filling. 2.2 ROCK A. Rock quality and sizes shall comply with the requirements of ASTM D6711 and as specified. B. Rock shall be hard, angular, durable, and of such quality that they shall not disintegrate on exposure to water or weathering. Rock shall not contain shale, caliche, or other soft materials. Rock appearing to contain such particles will be tested for soundness. Rock, with 5-cycle magnesium sulfate soundness of more than 18% when tested in accordance with ASTM C88 or TEX 411-A, will be rejected. C. Use rock sizes between 3 and 5 inches in their least dimension for gabion mattresses and rock sizes between 4 and 8 inches for gabions. Each range of rock sizes may allow for a variation of 5% oversize rock by number of particles, or 5% undersize rock by number of particles, or both. 2.3 FILTER FABRIC A. The fabric shall conform to the one of the following: 1. DMS-6200 "Filter Fabric", Type 2. (Comply with for work within jurisdiction of TxDOT) 2. AASHTO M288, Class 2. 02767-3 August 2009 GABIONS AND GABION MATTRESSES 0318-042-01 1. Assemble welded wire fabric units in accordance with ASTM A974 and double - twisted wire fabric units in accordance with ASTM A975 and ASTM D7014. ,%"`` 2. Assemble empty units individually: rotate the side and end panels into position, joining edges using fasteners, selvedge wire, edge wire, lacing wire, and/or spiral wire. Install interior diaphragms and stiffeners where required. 3. Interior diaphragms are required when any inside dimension exceeds three feet for gabion baskets thicker than 12 inches. For baskets 12 inches or less, rectangular cells are allowed with dimensions 36-inches in one direction and not to exceed 72 inches in the perpendicular direction. B. Placement: 1. Place the empty gabions on the prepared foundation and interconnect gabions along the top, bottom, and vertical edges with lacing wire, spirals, or approved fasteners. 2. Spiral fasteners are commonly used for the assembly and interconnection of welded wire baskets. Spirals are screwed .down at the connecting edges then each end of the spiral is crimped to secure it in place. 3. Lacing wire is used for securing double -twisted wire baskets and may be used to supplement the interconnection of welded wire fabric gabions. When lacing wire is used, wrap the wire with alternating single and double half hitches at intervals not to exceed 5 inches. Securely fastened all lacing wire terminals. 4. Interconnect each layer of gabions to the underlying layer of gabions along the front, back and sides. Stagger the vertical joints between the gabions of adjacent rows and layers by at least one-half of a cell length. 5. Join double -twisted wire baskets through selvage -to -selvage or selvage -to -edge wire connection. Do not use mesh -to -mesh or selvage -to -mesh wire connection *ftmoor except where baskets are offset or stacked. Where this occurs, join each mesh opening where mesh wire meets selvage or edge wire. 6. Stretch and hold the row of gabions to remove kinks and to provide a uniform alignment. Do not over stretch. 7. Place the front row of gabions or gabion mattresses first, and successively construct units toward the top of the slope or the back of the structure. C. Fill Baskets With Rock: 1. Carefully fill the baskets with rock by hand placement to avoid damaging wire coating, bending the basket, to ensure as few voids as possible between the rocks, and to maintain alignment. 2. The baskets may be filled by machine in 12 inch layers. Tying steel reinforcement to the basket or other suitable means may protect edges of basket and diaphragms, In each layer, sufficient hand manipulation of the rock shall be accomplished to minimize voids. 3. To avoid localized deformation, fill the basket units in a row in stages consisting of maximum 12 inch courses. Do not at any time fill a cell to a depth exceeding 1 foot more than the adjoining cell. Do not drop rock into the basket units from a height greater than three feet. 4. For gabion units having a height greater than two feet, provide two uniformly placed looped inner wire in between each rock layer connecting front and back faces and any unsupported face every 12 inches of vertical height. Loop connecting wires or performed stiffeners around two twisted wire -mesh openings or a welded wire joint at each basket face. Securely twist the wire terminals to prevent loosening. 02767-5 August 2009 GABIONS AND GABION MATTRESSES 0318-042-01 SECTION 02910 HYDROMULCH SEEDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Hydromulch seeding; includes mixing grass seed, fertilizer, mulch, with water. 2. Pesticide application. 3. Erosion control materials. 4. Maintenance of seeded areas for designated time period. B. Related Sections: 1. Division 2 Section 02230 "Site Clearing" for topsoil stripping and stockpiling. 1.3 DEFINITIONS AND REFERENCES A. Definitions: 1. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves, twigs, and detritus. ..f 2. Finish Grade: Elevation of finished surface of planting soil. 3. Manufactured Topsoil: Soil produced off -site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. 4. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. 5. Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. 6. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in - place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. 7. Subgrade: Surface or elevation of subsoil remaining after excavation is complete or top surface of a fill or backfilI before planting soil is placed. 8. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. 9. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil, but in disturbed areas such as urban environments, the surface soil can be subsoil. 10. Turf: Short grass with earth bound to it by matted roots. ..i 02910-1 August 2009 HYDROMULCH SEEDING 0318-042-01 2. Seeding for landscaping: Refer to Table 2. '"OW B. CONTRACTOR shall provide both the temporary and permanent planting mixtures at no additional cost to the OWNER. This includes returning to the Project following Substantial Completion in the spring to apply the permanent planting mixture. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. 1.7 DELIVERY, STORAGE, AND HANDLING A. Seed and Other Packaged Materials: 1. Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws, as applicable. 2. Deliver fertilizer in waterproof bags. 3. Store packaged materials in dry locations. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materials, discharge of soil -bearing water runoff, and airborne dust reaching adjacent properties, water conveyance systems, or walkways. v 3. Accompany each delivery of bulk fertilizers and soil amendments with appropriate certificates. 1.8 MAINTENANCE SERVICE A. Initial Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after each area is planted and continue until acceptable turf is established but for not less than the following periods: 1. Seeded Turf: a. 90 days from date of planting completion during spring and summer. b. 60 days from date of planting completion during fall and winter. PART 2 - PRODUCTS 2.1 SEED A. Grass Seed: 1. Fresh, clean, dry, new -crop seed complying with requirements of Texas Seed Law. The seed packaged shall contain a Texas Testing Seed Label showing purity and germination, name, type of seed, and complies with Texas Seed law. 2. Treated with fungicide. 3. New crop seed harvested with 1 year prior to planting, free of other weed seed to the limits allowable under the Texas Seed Law. 4. Seed shall have a germination and purity that will produce a live seed content of ...� not less than 85 percent pure seed, and not more than 0.2 percent weed seed. 02910-3 August 2009 HYDROMULCH SEEDING 0318-042-01 A. General: Consisting of straw, wood -fiber, mulch nettings, wood chips, compost, or other approved suitable material, free from of Johnson grass and other noxious weed seeds. B. Straw Mulch: Provide air-dry, clean, mildew- and seed -free, salt hay or threshed straw of wheat, rye, oats, barley, Bermuda grass hay or other hay harvested before seed production. The straw mulch shall be kept dry and shall not be rotted or molded. A minimum of 50 percent by weight of the herbage comprising hay shall be in 10-inch length or longer. C. Fiber Mulch: Biodegradable, dyed -wood, cellulose -fiber mulch; nontoxic and free of plant -growth or germination inhibitors; with a maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. D. Fiber mulch in paragraph above and nonasphaltic tackifier in first paragraph below are primarily used to protect hydroseeded areas from wind and water erosion during establishment. E. Nonasphaltic Tackifier: Colloidal tackifier recommended by fiber -mulch manufacturer for slurry application; nontoxic and free of plant -growth or germination inhibitors. F. Asphalt emulsion in paragraph below may be used as a tackifier in a hydroseeding slurry or to temporarily bond straw mulch in place. G. Asphalt Emulsion: ASTM D 977, Grade SS-1; nontoxic and free of plant -growth or germination inhibitors. 2.5 PESTICIDES A. General: Pesticide, registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Non -Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. C. Post -Emergent Herbicide (Selective and Non -Selective): Effective for controlling weed growth that has already germinated. 2.6 EROSION -CONTROL MATERIALS A. Erosion -Control Blankets: Biodegradable wood excelsior, straw, or coconut -fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long. B. Erosion -Control Fiber Mesh: Biodegradable burlap or spun-coir mesh, a minimum of 0.92 lb/sq. yd., with 50 to 65 percent open area. Include manufacturer's recommended steel wire staples, 6 inches long. 02910-5 August 2009 HYDROMULCH SEEDING 0318-042-01 E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from Hydromulch seeding and hydromulching overspray. 2. Protect grade stakes set by others until directed to remove them. B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 TURF AREA PREPARATION A. Limit subgrade preparation to areas to be planted. B. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. C. Spread planting soil or topsoil to a depth of 4 to 6 inches, but not less than required to meet finish grades after light rolling and natural settlement. Do not,spread if planting soil or subgrade is frozen, muddy, or excessively wet. 1. Spread approximately 1/2 the thickness of planting soil over loosened subgrade. Mix thoroughly into top 2 inches of subgrade. Spread remainder of planting soil. D. Unchanged Subgrades: If Hydromulch is to be placed in areas unaltered or undisturbed by excavating, grading, or surface -soil stripping operations, prepare surface soil as follows: 1. Remove existing grass, vegetation, and turf. Do not mix into surface soil. 2. Loosen surface soil to a depth of at least 6-inches. Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top fl- inches of soil. Till soil to a homogeneous mixture of fine texture. 3. Remove stones larger than 1-inch in any dimension and sticks, roots, trash, and other extraneous matter. 4. Legally dispose of waste material, including grass, vegetation, and turf, off OWNER'S property. E. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2-inch of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit finish grading to areas that can be planted in the immediate future. F. Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. G. Smooth areas that have become gullied; and loosen or refill areas that have become compacted since completion of grading to a depth of 6 inches. 02910-7 August 2009 HYDROMULCH SEEDING 0318-042-01 E. At sides of ditches, lay fabric laps in direction of water flow. Lap ends and edges minimum 6 inches. F. No heavy equipment shall be moved over planted area unless area is to be retilled and reseeded. 3.7 PREPARATION FOR EROSION -CONTROL MATERIALS A. Prepare area as specified in "Turf Area Preparation" Article. B. For erosion -control mats, install planting soil in two lifts, with second lift equal to thickness of erosion -control mats. Install erosion -control mat and fasten as recommended by material manufacturer. C. Fill cells of erosion -control mat with planting soil and compact before planting. D. For erosion -control blanket or mesh, install from top of slope, working downward, and as recommended by material manufacturer for site conditions. Fasten as recommended by material manufacturer. 3.8 Moisten prepared area before planting if surface is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. 3.9 TURF MAINTENANCE REQUIREMENTS v A. Maintain and establish grass by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1. Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3. Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. B. Watering: Install and maintain temporary piping, hoses, and turf -watering equipment to convey water from sources and to keep turf uniformly moist to a depth of 4 inches. 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water seeded area daily, keeping area moist until seeds have spouted, then at a minimum rate of 1-inch every four days unless rainfall precipitation is adequate. 3. Provide temporary irrigation systems in areas where permanent systems are not installed. C. Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 02910-9 August 2009 HYDROMULCH SEEDING 0318-042-01 1/3 of grass -leaf growth in initial or subsequent mowing. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowing to maintain a grass height or 1 to 2 inches. D. Turf Post Fertilization: Apply second application of fertilizer after initial mowing and when grass is dry. 1. Use fertilizer of the analysis and at the rate specified in "Fertilizers" Article to turf area after the first mowing. 2. Prior to the second fertilizer application, CONTRACTOR shall reseed areas which show bare spots of 2 square feet or larger. 3.10 SATISFACTORY TURF A. Turf installations shall meet the following criteria as determined by ENGINEER: 1. Satisfactory Seeded Turf: At end of maintenance period, a healthy, uniform, close stand of grass has been established; free of weeds and surface irregularities, with coverage exceeding 95 percent or 150 plants per square foot. B. Use specified materials to reestablish turf that does not comply with requirements and continue maintenance until turf is satisfactory. C. Protect seeded areas with warning signs during maintenance period, if necessary. 3.11 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with requirements of authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with OWNER'S operations and others in proximity to the Work. Notify OWNER before each application is performed. B. Post -Emergent Herbicides (Selective and Non -Selective): Apply only as necessary to treat already -germinated weeds and in accordance with manufacturer's written recommendations. 3.12 CLEANUP AND PROTECTION A. Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B. Erect temporary fencing or barricades and warning signs as required protecting newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. C. Remove non -degradable erosion -control measures after grass establishment period. END OF SECTION 02910-10 August 2009 HYDROMULCH SEEDING 0318-042-01 SECTION 03100 CONCRETE FORMWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section consists of fumishing and installing formwork for cast -in -place concrete, including all shoring, anchorage, and related accessories. Openings in the formwork shall be provided for other work, as well as all formwork stripping activities. B. The CONTRACTOR shall be responsible for the design, layout, and construction of the formwork for the Project. C. Related Sections: 1. Division 3 Section "Concrete Reinforcement" for furnishing and installing steel reinforcement. 1.3 REFERENCES A. Definitions 1. Abrupt Surface Irregularities: offsets and fins at formed joints. 2. Gradual Surface Irregularities: warping and planar variations, measured with a 60- -- inch long straight edge for plane surfaces and a template for curved surfaces. B. References: 1. American Concrete Institute(ACI): a. 117 —Specifications for Tolerances for Concrete Construction and Materials b. 318/3183R — Building Code Requirements for Structural Concrete and Commentary c. 347R — Guide to Formwork for Concrete 1.4 DESIGN REQUIREMENTS A_ Design formwork in accordance with ACI 347R and ACI 318/318R to provide concrete finishes specified on the Drawings and in Division 3 Section 03310 "Miscellaneous Cast -In -Place Concrete." B. Limits of tolerances and surface irregularities for the completed concrete work shall be in accordance with ACI 117 and as shown on the Drawings and specified herein. C. When high range water reducer (super plasticizer) is used in the concrete mix, forms shall be designed for full hydrostatic pressure per ACI 347. D. Make joints watertight. E. Limit panel deflection to 1/360t' of each component span to achieve tolerances specified. F. Earth cuts for forms: 1. For grade beams cast monolithically with slabs, earth cuts may be used for forming unexposed side of the grade beam when approved by the ENGINEER. 03100-1 September 2009 CONCRETE FORMWORK 0318-042-01 2. Earth cuts may be used for sides of footings if sides of excavation are in stable condition to prevent caving or sloughing. 3. Inside face of perimeter grade beams not monolithic with slab on grade cast against earth: increase plan beam width by 1-inch. 4. Both faces of grade beams not monolithic with slab on grade cast against earth: increase plan beam width by 3-inches. G. Slip Forming: Not permitted. 1.5 SUBMITTALS A. Informational Submittal. 1. Qualification Data: For qualification of designer of formwork. 1.6 QUALITY ASSURANCE A. Formwork Designer: Formwork, falsework, and shoring designer shall be an engineer licensed in the state where the Project is being constructed. PART 2 - PRODUCTS 2.1 FORM -FACING MATERIALS A. Smooth -Formed Finished Concrete: Form -facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Exterior -grade plywood panels, hard plastic finished plywood, overlaid waterproof particle board, or steel in "new and undamaged" condition, of sufficient strength and surface smoothness to produced specified finish. 2. High density overlay plywood for concrete surfaces to be painted. B. Rough -Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass -fiber -reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irregularities not exceeding specified formwork surface class. Provide units with sufficient wall thickness to resist plastic concrete loads without detrimental deformation. D. Pan -Type Forms: Glass -fiber -reinforced plastic or formed steel, stiffened to resist plastic concrete loads without detrimental deformation. E. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. F. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. G. Rustication Strips: Wood, metal, PVC, or rubber strips, kerfed for ease of form removal. H. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. 1. Ready -to -use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. 03100-2 September 2009 CONCRETE FORMWORK 0318-042-01 2. Environmentally safe, complying with regulations, and can be used in potable water facilities. 3. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Master Builders, Inc.; Rheofinish. b. Cresset Chemical Company; Crete -Lease 20-VOC. c. US Mix Products Company; US SPEC Slickote. I. Form Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 7/8-inch in diameter in concrete surface. 3. Wire ties will not be permitted. 4. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. 5. Flat bar ties for panel forms; furnish plastic or rubber inserts with minimum 1-inch depth and sufficient dimensions to permit patching of tie hole. 6. Water stop ties for water -holding structures, basements, pipe galleries, and accessible spaces below finish grade, furnish one of the following: a. Integral steel water stop 0.103 inch thick and 0.625 in diameter tightly and continuously welded to tie. b. Neoprene water stop 3/16-inch thick and 15/16-inch diameter whose center hole.is 1/2-diameter of tie, or molded plastic water stop of comparable size. c. Orient water stop perpendicular to tie and symmetrical about center of tie. d. Design ties to prevent rotation or disturbance of center portion of tie during removal of ends and to prevent water leaking along tie. J. Nails, Spikes, Lag Bolts, Through Bolts, and Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. PART 3 - EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Form Tolerances: Limit concrete surface irregularities, designated by ACI 347R, as abrupt or gradual, for the following finishes as follows: 1. Provide formwork for the finishes as specified in the Finish Schedule of Division 3 Section 03300 "Cast -In -Place Concrete." If concrete finish is not specified provide Class A as the default class for surfaces permanently exposed to view (smooth form finish) and Class C as the default class for surfaces that will be permanently concealed (rough form finish). 2. Straight Vertical or Horizontal Wall Surface: Flat planes within tolerance specified. 03100-3 September 2009 CONCRETE FORMWORK 0318-042-01 a. Class A for surfaces prominently exposed to view, where appearance is important. 1) Gradual or abrupt irregularities of 1/8-inch. b. Class B for coarse -textured surfaces to receive plaster, stucco, or wainscoting. 1) Gradual or abrupt irregularities of 1/4-inch. c. Class C for permanently exposed surfaces without additional finish. 1) Gradual or abrupt irregularities of 1/2-inch. d. Class D for surfaces, usually permanently concealed, where roughness is not objectionable. 1) Gradual or abrupt irregularities of 1-inch. 3. Thickness: Maximum %-inch minus or Y--inch plus from dimension shown. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust -stained steel form -facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds,_ and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Install void forms in accordance with manufacturer's instructions to provide tight joints, anchoring to prevent displacement or floatation during concrete placement. Protect forms from moisture or crushing prior to concrete placement. L. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. M. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 EMBEDDED ITEMS A. Place and secure anchorage devices, wall sleeves, sluice and slide gate frames, and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 03100A September 2009 CONCRETE FORMWORK OmM 0318-042-01 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings ..� and Bridges." 2. Install wall sleeves, sluice and slide gate frames, and other embedded items in accordance with manufacturer's instructions. 3. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 4. Install dovetail anchor slots in concrete structures as indicated. 3.3 WATER STOPS A. Provide and install water stops as specified in Division 3 Section 03300 "Cast -In -Place Concrete." 3.4 REMOVING AND REUSING FORMS A. Non -supporting Formwork: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50OF for 24 hours after placing concrete. If temperatures are below 50°F, increase time for removal by a minimum of 12 hours. Remove formwork only if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. B. Supporting Formwork: In accordance with ACI 347R, leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 75 percent of its 28-day design compressive ..o strength as determined by test cylinders. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. For metal forms, straighten, remove dents and clean to return to original condition. Apply new form -release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by ENGINEER. 3.5 SHORES AND RESHORES A. Comply with AC1318/318R and AC1301 for design, installation, and removal of shoring and reshoring. 1. Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. END OF SECTION 03100-5 September 2009 CONCRETE FORMWORK 0318-042-01 SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section consists of furnishing and installing reinforcement steel bars, wire fabric, and accessories for cast - in place concrete. B. Related Sections: 1. Division 3 Section 03100 "Concrete Formwork" for furnishing and installing formwork. 2. Division 3 Section 03300 "Cast -In -Place Concrete" for concrete mixing, placement, finishing, and curing. 1.3 REFERENCES A. American Concrete Institute (ACI): 1. 301 — Specifications for Structural Concrete 2. 318/318R — Building Code Requirements for Structural Concrete 3. SP-66 — Detailing Manual B. American Welding Society (AWS): D1.4 Structural Welding Code — Reinforcing Steel '"Wir C. ASTM Intemational (ASTM): 1. A82 — Standard Specification for Steel Wire, Plain, for Concrete Reinforcement 2. Al84 — Standard Specification for fabricated Deformed Steel Bar Mats for Concrete Reinforcement 3. All 85 - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete 4. A496 — Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement 5. A497 — Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete 6. A615 — Standard specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement 7. A706 — Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement 8. A775 — Standard Specification for Epoxy -Coated Steel Reinforcing Bars D. Concrete Reinforcing Steel Institute (CRSI): 1. Recommended Practice for Placing Reinforcing Bars 2. Manual of Standard Practice 3. Recommended Practice for Placing Bar Supports, Specifications and Nomenclature 1.4 SUBMITTALS A. Shop Drawings, Steel Reinforcement: 1. Shop drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. 2. Prepare in accordance with CRSI Manual of Standard Practice and ACI SP-66 Detailing Manual. 3. Welded, metallic sleeve splice, and mechanical threaded connection. 03200-1 September 2009 CONCRETE REINFORCEMENT 0318-042-01 B. Information Submittals: 1. Lab test reports for reinforcing steel. 2. Manufacturers instructions for mechanical threaded connections. 3. Welding certificates. 4. Test results of field-testing. 1.5 QUALITY ASSURANCE A. Perform work in accordance with referenced standards. B. Welding Qualifications: Qualify procedures and personnel according to D1.4, "Structural Welding Code - Reinforcing Steel." 1.6 DELIVERY, STORAGE, AND HANDLING A. Unload, store, and handle bars in accordance with CRSI "Recommended Practice for Placing Reinforce Bars." B. Store steel above ground on platforms, skids, blocks, or other supports. Protect steel, as far as possible, from mechanical injury and surface deterioration and rusting caused by exposure to weather. C. Marking: Clearly mark all bars with waterproof tags showing the number of bars, size, length, and yield strength. Mario steel with same designations as the member in which it occurs. PART 2 - PRODUCTS 2.1 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Low -Alloy -Steel Reinforcing Bars: ASTM A 706, Grade 60, deformed, for reinforcing to be welded. No. 3 N%0011 bars may be Grade 40. C. Epoxy -Coated Reinforcing Bars: ASTM A 615, Grade 60, deformed bars, ASTM A 775, epoxy coated, with less than 2 percent damaged coating in each 12-inch bar length. D. Steel Bar Mats: ASTM A 184, fabricated from ASTM A 615, Grade 60, deformed bars, assembled with clips. E. Plain -Steel Wire: ASTM A 82, as drawn. F. Deformed -Steel Wire: ASTM A 496. G. Plain -Steel Welded Wire Reinforcement: ASTM A 185, plain, fabricated from as -drawn steel wire into flat sheets. H. Deformed -Steel Welded Wire Reinforcement: ASTM A 497, flat sheet. 2.2 REINFORCEMENT ACCESSORIES A. Tie Wire: Black, soft —annealed 16-gauge wire, or nylon-, epoxy-, or plastic -coated wire. B. Joint Dowel Bars: ASTM A 615, Grade 60, plain -steel bars, cut bars true to length with ends square and free of burrs. C. Epoxy -Coated Joint Dowel Bars: ASTM A 615, Grade 60, plain -steel bars, ASTM A 775 epoxy coated. 03200-2 September 2009 CONCRETE REINFORCEMENT �''� 0318-042-01 D. Epoxy Repair Coating: Liquid, two-part, epoxy repair coating; compatible with epoxy coating on reinforcement and complying with ASTM A 775. E. Bar Supports and Spacers: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports and spacers from steel wire, cementitious fiber -reinforced, plastic, or precast concrete according to CRSI "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view after form removal; small rectangular concrete blocks made of same color and strength as concrete placed around them or all plastic bar supports and side form spacers. 2. For epoxy -coated reinforcement, use epoxy -coated or other dielectric -polymer -coated wire bar supports. 3. Plastic Bar Supports as manufactured by Aztec Concrete Accessories, Bloomington, CA., or equal. F. Metal Sleeve Splice: Furnish with cast filler metal, capable of developing in tension or compression 125 percent of minimum tensile strength of bar. 1. Manufacture and Product: Erica Products, Inc., Cleveland, OH; Cadweld T-Series. G. Mechanical Threaded Connections: Furnish metal coupling sleeve with internal threads engaging threaded ends of bars developing in tension or compression 125 percent of minimum tensile strength of bar. 1. Manufacturers and Products: a, Erico Products, Inc., Cleveland, OH; Lenton Reinforcing Steel Couplings. b. Richmond Screw Anchor Co., Fort Worth, TX; Richmond DB-SAE Dowel Bar Splicers. H. Epoxy Grout: Epoxy grout shall be high strength, rigid epoxy adhesive manufactured for anchoring dowels into hardened concrete. The epoxy grout shall be capable of developing the full strength of the reinforcing bar. PART 3 - EXECUTION 3.1 PREPARATION A. Notify ENGINEER at lest 48-hours in advance when reinforcing is ready for inspection and allow sufficient time for inspection prior to placing concrete. B. Coat wire projecting from precast concrete bar supports with dielectric material, epoxy, or plastic. 3.2 REINFORCING BAR INSTALLATION A. General: Comply with CRSI "Manual of Standard Practice" for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Where concrete surfaces are exposed to weather or liquid in hydraulic structures, provide plastic accessories only. Use of galvanized or plastic -tipped metal is not permitted in these locations. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete, C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Bundle or space bars, instead of field bending, where construction access through reinforcing is necessary. *...w 03200-3 September 2009 CONCRETE REINFORCEMENT 0318-042-01 2. Surfaces in contact with liquid shall have a minimum 2-inch cover, if not specifically indicated on the Drawings. 3. Spacing and Positioning: conform to ACI 318/318R. `..i 4. Weld reinforcing bars according to AWS D1.4, where indicated. D. Tying Reinforcing Bars: Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. F. Epoxy -Coated Reinforcement: Repair cut and damaged epoxy coatings with epoxy repair coating according to ASTM D 3963. Use epoxy -coated steel wire ties to fasten epoxy -coated steel reinforcement. G. Reinforcement around Openings: On each side and above and below pipe, wall sleeve, manhole, hatch, sluice or slide gate frame, and other openings, place an equivalent area of steel bars to replace steel bars cut for opening. Extend reinforcing a standard lap beyond opening at each end. H. Splices: 1. In accordance with ACI 318/318R and where shown on the Drawings. Do not place at other locations without approval of ENGINEER. 2. Use lap splices, tying securely to prevent displacement during concrete placement. 3. Welded Splices: accomplish full penetrafion groove welds and develop a minimum 125 percent of yield strength of bar. 4. Stagger splices in adjacent bars. I. Mechanical Splices and Connections: 1. Use only where shown on the Drawings and in other areas as approved by ENGINEER. 2. Install threaded rods as recommended by manufacturer with threads totally engaged into coupling `Woe sleeve. 3. For metal sleeve splice follow manufacturers instructions. 4. Maintain edge distance and minimum concrete cover. J. Welding Requirements: 1. Only ASTM A706 bars may be welded. 2. Do not perform welding until welder qualifications are approved. K. Straightening and Rebending: Field bending of reinforcing bars in field is not permitted. Unless permitted by ENGINEER, do not cut reinforcing bars in field. 3.3 TOLERANCES A. Placement Tolerances: Place reinforcement within the following tolerances. 03200-4 September 2009 '%M,, CONCRETE REINFORCEMENT 0318-042-01 Tolerance Placement (inches) Concrete cover to formed surface ± 1/4 Minimum spacing between bars ± 1/4 Top bars in slabs and beams to 8-inch depth ± 1/4 Top bars in slabs and beams between 8 and 24-inch depth ± 1/2 Top bars in slabs and beams greater than 24-inch depth ± 1 Crosswise members spaced evenly within ± 2 Lengthwise of members ± 2 B. Concrete Cover. Except as otherwise specified or shown on the Drawings, provide clear cover measured from reinforcement to the face of the concrete listed below. Tolerance Concrete Surface (inches) Drilled Piers (to vertical steel) 3 Slabs and Joists Top and bottom bars for dry conditions 3/4 Top and bottom bars for wet conditions, formed concrete surfaces exposed to earth, water or weather, and over or in contact with sewage or wastewater. No. 5 bars and smaller 1-1/2 No. 6 through No. 18 bars 2 Beams and Columns For dry conditions: Stirrups, spirals, and ties 1-1/2 Principal reinforcement 2 Exposed to earth, water, sewage, or weather: Stirrups and ties 2 Principal reinforcement 2-1/2 Walls For dry conditions: 1-1/2 Formed concrete surfaces exposed to earth, water, sewage, weather, or in 2 contact with ground: Base Slabs At formed surfaces: 2 At unformed surfaces and bottoms in contact earth: 3 Over top of piles: 2 3.4 FIELD QUALITY CONTROL A. Testing Agency: 1. Owner will engage a qualified testing agency, to perform tests and inspections on steel welds in accordance with AWS D1.4. 2. Owner will engage a qualified testing agency to inspect each mechanical splice and verify each component is installed in accordance with manufacturer's instructions. END OF SECTION 03200-5 September 2009 CONCRETE REINFORCEMENT 0318-042-01 SECTION 03310 MISCELLANEOUS CAST -IN -PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast -in -place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes, for non -critical apoicatbrs of concrete and for projects using small quantities of concrete. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each co► Crete mixture. 1.4 QUALi T Y ASSURANCE A. Manufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C 94 requirements for production facilities and equipment. B. Comply with ACI 301, "Specification for Structural Concrete." y C. Comply with ACI 117, "Specifications for Tolerances tcv Concrete Construction and Materials." PART 2 - PRODUCTS 2.1 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301. 2.2 STEEL REINFORCE MEN T A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Plain -Steel Wire: ASTM A 82, as drawn. C. Plain -Steel Welded Wire Reinforcement: ASTM A 185, fabricated from as -drawn steel wire into flat sheets. D. Deformed -Steel Welded Wire Reinforcement: ASTM A 497, flat sheet. 2.3 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, Type II or Type 1/11. Supplement with the following: a. Fly Ash: ASTM C 618, Class C. Fly ash may be used for replacement of up to 15 percent of cement content by weight except for paving concrete. B. Normal -Weight Aggregate: ASTM C 33, graded, 1-inch nominal maximum aggregate size. 03310-1 September 2009 MISCELLANEOUS CAST -IN -PLACE CONCRETE 0318-042-01 C. Water: ASTM C 94; potable. 2.4 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixture: ASTM C 494, Type A. 2. Water -Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 RELATED MATERIALS A. Vapor Retarder: Multi -ply reinforced polyethylene sheet, ASTM E 1745; Class C, or polyethylene sheet, ASTM D 4397, not less than 10 mils thick. B. Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulose fiber, or ASTM D 1752, cork or self - expanding cork. 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. when dry. C. Moisture -Retaining Cover: ASTM C 171, polyethylene film or white burlap -polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane -Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.7 CONCRETE MIXTURES A. Comply with ACI 301 requirements for concrete mixtures. B. Class "A": Provide Class "A" concrete with the following mix design limitations where Class "A" concrete is specified to result in concrete placed in the field of minimum compressive strength of 4000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Minimum Compressive Strength (7 day) Minimum Compressive Strength (28 day) Coarse Aggregate Fine Aggregate Water/Cementious Ratio (max.) Air Entrainment Superplasticizer Type F or G only Slump with Superplasticizer Slump without Superplasticizer Slump without Superplasticizer (for Piers) Minimum Cementious Content Measurement 3000 psi 4000 psi ASTM C33, No. 57 or 67 ASTM C33 0.44 by weight 5-7 percent As recommended by manufacturer 7 inches to 9 inches 3 inches ± 1 inch 6 inches ± 1 inch 564 pounds per cubic yard U 03310-2 September 2009 MISCELLANEOUS CAST -IN -PLACE CONCRETE 0318-042-01 C. Class "B": Provide concrete with the following mix design limitations where Class "B" concrete is specified to result in concrete placed in the field of minimum compressive strength of 3000 psi at 28 days based on v test cylinders which are taken during concrete placement. Unit Minimum Compressive Strength (7 day) Minimum Compressive Strength (28 day) Coarse Aggregate Fine Aggregate Water/Cementious Ratio (max.) Air Entrainment Slump with Superplasticizer Slump without Superplasticizer Minimum Cementious Content Measurement 2250 psi 3000 psi ASTM C33, No. 467 ASTM C33 0.50 by weight 4-6 percent 7 inches to 9 inches 3 inches ± 1 inch 470 pounds per cubic yard D. Class "C": Provide concrete with the following mix design limitations where Class "C" concrete is specified to result in concrete placed in the field of minimum compressive strength of 2000 psi at 28 days based on test cylinders which are taken during concrete placement. Unit Measurement Minimum Compressive Strength (7 day) 1500 psi Minimum Compressive Strength (28 day) 2000 psi Coarse Aggregate ASTM C33, No, 467 Fine Aggregate ASTM C33 Water/Cementious Ratio (maximum) 0.62 by weight Air Entrainment None Slump - Plus or minus 1 inch (50 mm) 4 inches Minimum Cement Content 376 pounds per cubic yard 2.8 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94, and furnish batch ticket information. 1. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 FORMWORK A. Design, construct; erect, brace, and maintain formwork according to ACI 301. 3.2 VAPOR RETARDERS A. When shown on the Drawings; Install, protect, and repair vapor retarder according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. 1. Lap joints 6 inches and seal with manufacturer's recommended adhesive or joint tape. 3.3 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 03310-3 September 2009 MISCELLANEOUS CAST -IN -PLACE CONCRETE 0318-042-01 3.4 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 1%400.1 B. Contraction Joints in Slabs -on -Grade: Form weakened -plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness. C. Isolation Joints: Install joint -filler strips at junctions with slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint fillers full width and depth of joint, terminating within'/z-inch of finished concrete surface, unless otherwise indicated. Seal joint with concrete sealer. 3.5 CONCRETE PLACEMENT A. Comply with ACI 301 for measuring, batching, mixing, transporting, and placing concrete. B. Do not add water to concrete during delivery, at Project site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.6 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding 114 inch. 1. Apply to concrete surfaces not exposed to view. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch be holes and defective areas. Remove fins and other projections exceeding 118 inch. 1. Apply to concrete surfaces exposed to view, to receive a rubbed finish, or to be covered with a coating or covering material applied directly to concrete. C. Rubbed Finish: Apply the following rubbed finish, defined in ACI 301, to smooth -formed finished as -cast concrete where indicated: 1. Smooth -rubbed finish. 2. Grout -cleaned finish. D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.7 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.113 for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open -textured surface plane before excess moisture or bleedwater appears on surface. 1. Do not further disturb surfaces before starting finishing operations. C. Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to bottoms of channels, box culverts, channel linings, and related construction. D. Trowel Finish: Apply a hard trowel finish to surfaces indicated and to floor and slab surfaces exposed to view, or to receive a floor hardener, or to be covered with resilient flooring, carpet, ceramic or quarry the set over a cleavage membrane, paint, or another thin film -finish coating system. 03310-4 September 2009 MISCELLANEOUS CAST -IN -PLACE CONCRETE 0318-042-01 E. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. 3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and with ACI 301 for hot -weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturers written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. c. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable, width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any r holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.9 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Tests: Perform according to ACI 301. 3.10 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION 03310-5 September 2009 MISCELLANEOUS CAST -IN -PLACE CONCRETE 0318-042-01 SECTION 03600 GROUT, NON -SHRINK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides requirements for furnishing and placing non-metallic, non -shrink cementitious and epoxy type grouts for leveling column base plates, steel beams bearing on concrete, machinery and equipment, anchoring handrail posts into sleeves embedded into concrete, concrete repairs, and related work. B. Section provides requirements for cement -fine aggregate topping for concrete basins. C. Related Sections: 1.3 REFERENCES A. Definition: 1. Non -Shrink Grout: High -strength mortar or grout, which does not shrink in the plastic state, is dimensionally stable in the hardened state, and bonds permanently to a clean metal base plate, anchorage, concrete substrate, and other work. B. References: 1. American Concrete institute (ACI): a. 503.2 — Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi -Component Epoxy Adhesive. 2. ASTM International (ASTM): a. C109 — Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens) b. C150 — Specification for Portland Cement c. C157 — Test Method for Length Change of Hardened Hydraulic -Cement Mortar and Concrete d. C579 — Test Methods for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacing and Polymer Concretes: e. C827 — Test Method for Change in Height at Early Ages of Cylindrical Specimens from Cementitious Mixtures f. C881 — Specification for Epoxy -Resin -Base Bonding Systems for Concrete g. C1090 — Test method for Measuring Changes in Height of Cylindrical Specimens from Hydraulic -Cement Grout h. C1107 — Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink) 3. Corps of Engineers, (CE): a. CRD-C620 — Standard Method of Sampling Fresh Grout b. CRD-C621 — Specification for Non -Shrink Grout 1.4 SUBMITTALS A. Action Submittals: ..WI 1. Product Data: Provide manufacturer's product data and installation instructions. 03600-1 September 2009 GROUT, NON -SHRINK 0318-042-01 2. Proposed method for keeping existing concrete surfaces wet prior to placing grout. 3. Forming method for fluid grout applications. 4. Curing method for grout. `'' B. Informational Submittals: 1. Manufacturer's Instructions. 2. Manufacturer's Training Schedule. 3. Material Certification: provide certificates of compliance or laboratory test reports, which indicate the following: a. Materials used are free from metallic components or corrosion -producing elements. b. Materials meet specified shrinkage and compressive strength requirements. 4. Manufacture's Certificate of Installation. 5. Statement of Qualifications: Non -shrink grout manufacturer's representative. 6. Test Reports: a. Report for 24-hour evaluation of non -shrink grout. b. Field test reports and laboratory test results for field -drawn samples. 1.5 QUALIFICATIONS A. Non -Shrink Grout Manufacturer's Representative: Authorized and trained representative of grout manufacturer. Minimum one-year experience, which has resulted in successful installation of grouts similar to those proposed for Project. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials in unopened containers bearing intact manufacturer's labels. Store materials on elevated platforms, under cover, and in a dry location. Do not use **MO, cementitious materials that have become damp. B. Store aggregates where grading and other required characteristics can be maintained and contamination avoided. PART 2 - PRODUCTS 2.1 MANUFACTURERS: A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers listed in the following paragrahs. 2.2 MATERIALS A. Cementitious Grout: Provide non -shrink, non-metallic, non -corrosive cement -based grout conforming to the following requirements: 1. Prepackaged natural aggregate grout requiring only the addition of water. 2. Applicable Standards: ASTM C1107 and CE CRD-C621. 3. Grout: ASTM 1107, Grade A, B, or C, as appropriate for the conditions. 4. Height Change at 28 days: ASTM C-1090, 0.1% maximum. 5. Compressive Strength, ASTM C109 in accordance with the compressive strengths listed in the Non -Shrink Grout Schedule for the application: 6. Initial Setting Time, After Addition of Water: Approximately one hour at 70°F. 7. Grout shall not bleed at maximum allowed water. 03600-2 September 2009 GROUT, NON -SHRINK 0318-042-01 8. Available Manufacturers: a. Chemrex, Inc., Shakopee, MN b. Dayton Superior Corp., Miamisburg, OH c. Euclid Chemical Company d. Five Star Products, Inc., Fairfield, CT e. L&M Construction Chemicals, Omaha, NE f. Master Builders, Inc. g. Sika Corporation B. Epoxy Grout: Provide non -shrink, non-metallic, non -corrosive epoxy grout conforming to the following requirements: 1. Applicable Standards: ASTM C881 and ACI 503.2. a. Type, Grade, and Class determine by application. 2. Grout shall be manufactured for use in load bearing applications, bonding fresh concrete to hardened concrete. 3. Shrinkage at 28 days: None (0.00 shrinkage) when tested in accordance with ASTM C827, modified procedure, with a minimum effective bearing area (EBA) of 95 percent coverage of the tested base plate. 4. Compressive Strength, Minimum: 10,000 psi at seven days, when tested in accordance with ASTM C579. 5. Initial Setting Time, After Addition of Water: Approximately one hour at 700F.- C. Epoxy Adhesive: ASTM C881, Type V, epoxy -based bonding agent. D. Portland Cement: ASTM C150. E. Pea Gravel: Conforming to ASTM C33, Aggregate Size No. 8, coarse aggregate graded with 100 percent passing a 3/8-inch sieve and 90 percent retained on a No. 4 sieve. F. Water: Clean, potable, free of impurities detrimental to grout. G. Water -based, high solids content, non -yellowing curing compound: ASTM C 309, Type 1, Class B, and ASTM C 1315, Type 1, Class A. 1. Moisture Loss: 0.40 kg/square meter/72 hours. 2. Capable of moisture retention at manufacturer's specified application rate. 3. Available Products: a. Chemrex, Inc., Shakopee, MN; Masterkure. b. Dayton Superior Corp., Miamisburg, OH; Safe Cure and Seal 30%. c. Euclid Chemical Co., Cleveland, OH; Super Diamond Clear VOX. d. L&M Construction Chemicals, Omaha, NE; L&M Cure R-2 e. WR Meadows, Inc., Hampshire, IL; VOCOMP-30. f. Vexcon Chemical, Inc., Philadelphia, PA; Starseal 1315. 2.3 MIXES A. Cementitious Grout Mixes: 1. Mix cementitious grout in a mechanical mixer for the specified required time in accordance with the grout manufactures instructions. 2. Use required quantity of water necessary to produce a grout mixture having the desired flow properties; fluid, flowable, or plastic. 3. Select the desired properties for the application as indicated in the Non -Shrink Grout Schedule. 03600-3 September 2009 GROUT, NON -SHRINK 0318-042-01 4. For areas over 4-inches in depth and where coarse aggregate will not obstruct passage of grout, the grout may be extended by adding clean pea gravel, if allowed and as recommended by the grout manufacturer. Comply with the grout manufacturer's recommendations for the maximum amount of per gravel to be added. B. Epoxy Grout Mixers: Mix in accordance with ACI 503.2 and grout manufacturer's instructions. C. Non -Structural Concrete Topping: 1. Design for 3,000 psi at 28 days using pea gravel, 5-inch maximum slump, 0.50 maximum water-cementitious material ratio, and minimum cementitious material content of 470 pounds per cubic yard. 2. For use in adjusting final bottom -elevation in clarifiers, thickeners, and related treatment units after the equipment has been installed. PART 3 - EXECUTION 3.1 PREPARATION A. Remove all defective concrete, laitance, dirt, oil, grease, and other foreign matter from concrete surfaces by bush -hammer, chipping or other means, until a sound, clean concrete surface is achieved. B. Lightly roughen the concrete, but not enough to interfere with the proper placement of grout. Cover concrete areas with protective waterproof covering until ready to receive grout. C. Remove foreign matter from steel surfaces to be in contact with grout. Clean contact steel surfaces as necessary by wire brushing and wiping dust clean. D. Align, level, and maintain final positioning of all components to be grouted. Coat shims with a thin film of grease or wax to facilitate removal. Provide relief holes to avoid trapping air beneath machinery and equipment base plates and other large base plates. E. Saturate all concrete surfaces with clean water for the period of time specified by manufacturer. Remove excess water, leaving none standing. Immediately before starting grouting operations, inspect surfaces to be grouted, removing any foreign matter. 3.2 FORMWORK A. Construct leak proof forms around objects to be grouted, anchoring and shoring to withstand grout pressures. Forms to be constructed high enough to provide a "head" of grout where required forcing grout into difficult locations. B. Provide enough clearance between formwork and area to be grouted permitting proper placement of grout. 3.3 MIXING A. Mixing of grout shall be in accordance with the manufacturer's instructions. Mix using proper mechanical mixers. 03600-4 September 2009 GROUT, NON -SHRINK 0318-042-01 B. Mix grout as close to the work area as possible, transport the mixture quickly and in a ..w, manner that does not permit segregation of materials. C. After the grout has been mixed, do not add more water for any reason. 3.4 PLACING A. Place grout in accordance with manufacturer's instructions and recommendations. Place grout quickly and continuously by the most practical means possible; pouring, pumping or under gravity pressure. Place grout on one side only until grout rises at least one inch above the plate on opposite side. B. Follow established concrete procedures and grout manufacturer's instructions for precautions for hot and cold weather concreting. C. Final installation shall be a thoroughly compacted and free from air pockets. To facilitate placement, a chain or metal strap may be pulled back and forth under the base plates, forcing grout to flow under the entire area. D. Do not vibrate the placed grout mixture or allow it to be placed if the area is being vibrated by nearby equipment. . E. Allow adequate depth between bottom of base plate and top of concrete base to assure the void can be completely filled with grout. F. Neatly trowel edges of grout base, tapered at an angle of 60 degrees when measured from horizontal, or as indicated. Provide dry -pack cementitious grout where additional grout is required for shoulders. G. Do not remove leveling shims for at least 48 hours after grout has been placed. After N"Opow shim removal, fill voids with grout, packing using a suitable tool. H. Fill the angular space between handrail posts and sleeves with grout; bevel grout at junction with post preventing water to flow away from post. I. Do not use grout, which has begun to set, or if more than one hour has elapsed after initial mixing. J. Where necessary to achieve bonding, an epoxy adhesive may be applied to clean, dry substrate surfaces in accordance with applicable requirements of ACI 503.2. 3.5 GROUT TOPPING FOR CONCRETE BASINS A. Ensure all adjustments have been made to equipment prior to placement of grout topping. B. Prior to placement, perform the following operations: 1. Remove all laitance, debris, and foreign material from the base slab. 2. Us a metal screed or the equipment to check surface elevation ensuring the minimum thickness of grout can be obtained. 3. If there is not sufficient room for grout placement, remove high spots or adjust equipment, or both, to provide required clearance. 4. Thoroughly wet base slab 24-hours prior to start of concrete topping placement. Keep surface damp. 5. Brush in neat cement grout immediately before placement of grout topping. C. When recommended by equipment manufacturer, use the basin equipment to screed grout on the basin floor. A representative of the equipment manufacturer is to be 03600-5 September 2009 GROUT, NON -SHRINK 0318-042-01 present during the screeding operation, unless otherwise approved by ENGINEER. Screed in accordance with equipment manufacturer's instructions. 3.6 CURING A. Cure cementitious grout for three days after placing by keeping wet and cover with burlap, clothes, or coating with a concrete membrane forming curing compound. B. Epoxy grout shall be cured in accordance with grout manufacturer's instructions. 3.7 FIELD QUALITY CONTROL A. Evaluation and Acceptance of Cementitious Non -Shrink Grout. 1. Provide a flow cone and cube molds with retraining caps. Continue tests during operations as demonstrated by grout manufacturer's representative. 2. Perform flow cone and bleed tests, and make three 2-inch by 2-inch cubes for each 25 cubic feet of each type of non -shrink grout used. Use restraining caps for cube molds in accordance with CE CRD-C621. 3. Following properties shall be in compliance with CE CRD-C621: a. Consistency: Grout outside range requirements will be rejected. b. Segregation: Grout, when aggregates separate will be rejected. c. Strength Test Failures: Grout work failing strength tests will be removed and replaced. d. Perform bleeding test demonstrating grout will not bleed. e. Store cubes at .70°F. f. Independent Testing Laboratory shall prepare, store, cure, and test cubes in accordance with CRD-C621. 3.8 NON -SHRINK GROUT SCHEDULE A. Furnish non -shrink grout for applications for consistency and compressive strengths as listed in the following construction schedule. Non -Shrink Grout Schedule Application Consistency Flow Compressive Conditions Strength, psi Filling tie holes, concrete repairs Flowable 140 percent 7000 Column base plates Fluid 20 to 30 seconds 7500 Equipment bases, 25 hp or less Fluid 20 to 30 seconds 7500 Equipment bases, greater than 25 hp Fluid 20 to 30 seconds 9000 Base plates and/or soleplates with Fluid 20 to 30 9000 vibration, thermal movement, etc. seconds END OF SECTION 03600-6 September 2009 GROUT, NON -SHRINK 0318-042-01 SECTION 09910 v PAINTING AND PROTECTIVE COATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the surface preparation and application of HIGH- PERFORMANCE COATING SYSTEMS for exterior and interior surfaces applied to the following substrates: 1. Exterior substrates: a. Steel. b. Aluminum (not anodized or otherwise coated). C. Ferrous Metals d. PVC and fiberglass materials. 2. Interior Surfaces: a. Steel. b. Aluminum (not anodized or otherwise coated). C. Ferrous Metals. d. PVC and fiberglass materials. B. Related Sections: 1. Division 15 Sections for manufacturer's factory -applied coatings for equipment. 1.3 REFERENCES AND DEFINITIONS A. References: Following is a list of standards, which might be referenced in this Section. 1. ASTM International (ASTM): a. D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. b. D2016 - Test Method for Moisture Content of Wood. C. D4263 — Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method d. F1869 — Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride 2. The Society for Protective Coatings (SSPC): a. SSPC Painting Manual, "Good Painting Practice" b. SSPC Painting Manual, "Systems and Specifications" C. SSPC-SP1 Solvent Cleaning d. SSPC-SP3 Power Tool Cleaning e. SSPC-SP5 White Metal Blasting f. SSPC-SP6 Commercial Blast Cleaning g. SSPC-SP7 Brush -Off Blast Cleaning h. SSPC-SP10 Near -White Blast Cleaning i. SSPC-SP12 Surface Preparation and Cleaning of Metals by Waterjetting Prior to Recoating 09910-1 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 j. SSPC-SP13 Surface Preparation of Concrete k. SSPC-SP14 Industrial Blast Cleaning I. SSPC-VIS 1 89 Visual Standard for Abrasive Blast Cleaned Steel 3. Master Painters Institute (MPI): MPI Architectural Painting Specification Manual 4. NACE International (National Association of Corrosion Engineers International) a. RP0287-95 "Field Measurements of Surface Profile of Abrasive Blast Cleaned Steel Surfaces Using Replica Tape" b. RP0188-99 "Discontinuity (Holiday) Testing of Protective Coatings" C. TM-01-70 "Visual Comparator for Surfaces of New Steel Airblast Cleaned with Sand Abrasive" d. TM-01-70 "Visual Comparator for Surfaces of New Steel Airblast Cleaned with Slag Abrasive" e. RP0178-95 "Fabrication Details, Surface Finish Requirements, and Proper Design Considerations for Tanks and Vessels to be Lined for Immersion Service" f. RPO 892-92 "Linings Over Concrete for Immersion Service" g. RPO 591-96 " Coatings for Concrete Surfaces in Non -Immersion" h. 6G186 "Surface Preparation of Contaminated Steel Surfaces" i. 6G191, "Surface Preparation of Contaminated Concrete." j. RPO 178 "Weld preparation Visual Comparator." 5. National Science Foundations (NSF): NSF 61 Drinking Water System Components -Health Effects B. Definitions: 1. Barrier Coat: Recommended coating material applied to factory -applied or other coatings, which consist of unidentified materials or non-compliance materials, prior to the application of the specified coating system. 2. CSDS: Coating System Data Sheet. 3. Coverage: Total minimum dry film thickness in mils or square feet per gallon. 4. Exposed Surfaces: Used to define painting locations and requirements it shall include all visible interior or exterior surfaces, top of walls, ceilings, and inside surfaces to V-0" below grade or the weir level or to floor level, whichever applies. 5. MDFT: Minimum Dry Film Thickness, mils. 6. MDFTPC: Minimum Dry Film Thickness per Coat, mils. 7. Mils: Thousandth of an Inch. 8. PDS: Product Data Sheet. 9. SFPG: Square Feet Per Gallon. 10. SFPGPC: Square Feet Per Gallon Per Coat. 1.4 SUBMITTALS A. Action Submittals: 1. Product Data: a. For each product. Furnish a Product Data Sheet (PDS), the manufacturer's technical data sheets, and paint colors available, where available. The PDS form is appended to the end of this Section. b. For each coating system, furnish a Coating System Data Sheet (CSDS). The CSDS form is appended to the end of this Section. C. Technical and performance information that demonstrates compliance with this specification. d. Indiscriminate submittal of only manufacturer's literature is not acceptable. e. Detail chemical and gradation analysis for each abrasive material. 09910-2 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 2. Samples: a. Proposed Abrasive Materials: Minimum 5-pound sample for each type. b. Reference Panel: 1) Surface Preparation: a) Prior to start of surface preparation, furnish a 4-inch by 4-inch steel panel for grade of sandblast specified herein, prepared to specified requirements. b) Provide panel representation of the steel used; prevent deterioration of surface quality. c) Panel to be reference source for inspection upon approval by ENGINEER. 2) Paint Samples for Verification: For each type of paint system and in each color and gloss of topcoat indicated. a) Submit Samples on rigid backing, 8 inches square. b) Step coats on Samples to show each coat required for system. c) Label each coat of each Sample. d) Label each Sample for location and application area. 3) Product List: For each product indicated, include the following: a) Show where each coating is to be used on the Project, with cross reference to this Section paragraphs and Painting Schedule. b) Product date and information submitted shall demonstrate compliance with this Section. c) Provide the surface preparation required or recommended by coating manufacturer for each type of coating application if different from that specified in this Section. B. Information Submittals: ..i 1. Manufacturer's verification that submitted coating materials is suitable for the intended use. 2. Manufacturer's Certification of Compliance. 3. Special shipping, storage and protection, and handling instructions. 4. Manufacturer's Certificate of Proper Installation. 5. Qualification Data: For manufacturer and manufacturer's representative, if applicable. 6. Material Safety Data Sheets (MSDS) for review and posting at Site. 7. Volatile Organic Compounds (VOC's) certification that VOC's emitted by paints and coatings are in compliance with regulatory requirements. Provide certification that paints and coatings comply with National Architectural and Industrial Maintenance (AIM) rule. 8. Manufacturer's Instructions: a. Provide manufacturer's instructions for the application of the coating system for the purpose intended by these specifications. The instructions shall provide the limitations, precautions, and requirements that may adversely affect the coating system; that may cause unsatisfactorily results after the application; or that may prevent the coating system not to serve the purpose for which it was intended, which is to provided coverage and protection from corrosion, shall be clearly stated. b. The instructions shall include, but not limited to: 1) Surface preparation. 2) Methods of Application. 3) Number of coats. 09910-3 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 4) Thickness of each coat. 5) Total Thickness. 6) Drying time of each coat, including primer. 7) Drying time of final coat before placement in service. 8) Time allowed between coats. 9) Primers required to be used. 10) Primers not permitted. 11) Use of a primer. 12) Compatible topcoats. 13) Thinner and use of thinner. 14) Weather limitations during and after application (temperature, humidity, wind velocity). 15) Protection from sun. 16) Physical properties of paint, including percent, solids content by volume, ingredient analysis, and weight per unit surface per dry mil thickness. 17) Cathodic bonding limitations, if any. 18) Equipment settings (air cap, fluid tip, equipment pressure settings, etc.) C. Field Quality -Control Reports: Provide temperature and humidity readings, testing for coating dry mil thickness and bonding, surface preparation, and related requirements. D. Pre -Installation Conference: Provide minutes of the pre -installation conference. 1.5 QUALITY ASSURANCE A. Coating Manufacturer Qualifications: 1. Nationally recognized manufacturers of paints and protective coatings who are regularly engaged in the production of such materials for essentially identical service conditions. 2. Minimum of 5 years verifiable experience in manufacture of specified product. 3. Certified to ISO 9001 by an accredited certification agency. B. Applicator Qualifications: Company specializing in industrial painting and finishing with five (5) years documented experience, approved by product manufacturer, and shall provide proof before commencement of work that a qualified crew of painters will maintain throughout the duration of the work. C. Source Limitations: Coating systems of each type specified in this section shall be supplied by a single manufacturer. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and protect products in accordance with manufacturer's instructions. Deliver products to site in the original, sealed, labeled, and unopened containers; inspect to verify acceptance. Damaged containers will not be accepted. B. Store paint materials in original containers in a secure (lockable), dry, heated and well ventilated single designation area meeting the minimum requirements of the' paint manufacturer and jurisdictional authorities and at minimum ambient temperatures continuously maintained at not less than 450F (7°C) and not more than 90OF (320C). 09910-4 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 C. Where toxic and/or volatile/explosive/flammable materials are being used, provide ,ftmow adequate fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no smoking) as required. D. Take precautionary and safety measures to prevent fire hazards and spontaneous combustion. Remove oily rags, waste, or other fire hazards from facilities each night. Place cloths and cotton waste, which might constitute a fire hazard, in metal containers or destroy at the end of each work day. 1.7 PROJECT CONDITIONS A. Environmental Requirements: Do not perform painting work: 1. When the ambient air temperature and surface temperature are below 50" F or above 951, F. 2. Exterior Painting: Unless environmental conditions are within the coating manufacturer's requirements or until adequate weather protection is provided. Where required, suitable weatherproof covering and sufficient heating facilities shall be in place to maintain minimum ambient air and surface temperatures for 24 hours before, during, and after application of finishes. 3. Interior Painting: Unless adequate continuous ventilation and sufficient heating facilities are in place to maintain minimum ambient air and surface temperatures for 24 hours before, during, and after application of finishes. Provide supplemental ventilating and heating equipment if ventilation and heating from an existing system is inadequate to meet minimum requirements. 4. When the relative humidity is above 85% or whenever surface temperature is less than 5° F above dewpoint of ambient air. This includes abrasive blast +� cleaning of the surfaces. 5. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete and Masonry (clay and concrete brick/block): 12%. b. Wood:15%. C. Plaster and Gypsum Board: 12% 6. On concrete or masonry substrates until: a. Surfaces have been installed for at least 28-days. b. Surfaces have been tested for alkalinity as required. 7. Unless a minimum lighting level of 323 Lux (30 foot candles) is provided on surfaces to be painted. Adequate lighting shall be furnished by CONTRACTOR. B. Primers Compatibility: 1. Primers, which are factory applied to equipment, shall be as specified for the coating system indicated in this Section for the service. 2. CONTRACTOR shall notify equipment manufacturers which primers will be required in order to be compatible with the field -applied finish coats. 3. 4. Equipment purchase that has the manufacturer's standard primer or a factory applied finish, which is other than as specified in this Section, shall be prepared for application of specified coating system in accordance with paragraph titled Shop Finishes. C. CONTRACTOR shall be fully responsible for personnel safety during painting ,"wow operations. 09910-5 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 1. Display caution signs in necessary areas advising of spray painting and warning against open flames. %wo" 2. Provide barriers or shelters on windy days to protect equipment and facilities. 3. Temporary ladders and scaffolds shall conform to applicable safety requirements. D. All coatings in contact with potable water and water being treated for use as potable water shall conform to ANSI/NSF Standard 61 and shall be certified by an organization accredited by ANSI. E. CONTRACTOR shall receive written confirmation of the specific surface preparation procedures and primers used for all fabricated steel items from the fabricator/supplier to ascertain appropriate and manufacturer compatible finish coat materials to be used before painting such work. 1.8 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish an additional 5 percent, but not less than 1 gallon of each material and color applied. 2. The material shall be delivered in unopened labeled containers as delivered from the manufacturer. If the manufacturer does not delivered in gallon containers, and in the case of special colors, the new gallon containers, properly closed with typed labels indicating brand, type, color, location used, etc. 3. Where multiple component materials are used, provide an unopened kit of the necessary materials in the manufacturer's smallest standard packaging size. v Provide three (3) copies of the manufacturer's instructions describing the materials and directions for their use. 4. Provide a typed inventory list of the extra materials furnished at time of delivery. 1.9 SPECIAL WARRANTY A. Warranty inspection of the coating systems shall be conducted during the eleventh month following completion and acceptance of all coating system work. The personnel or their representatives present at the pre -installation conference are requested to attend. All defective coating systems shall be repaired in accordance with this Section and to the satisfaction of the ENGINEER and OWNER. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: Provide coating products from one of the manufacturers listed below: 1. Carboline Protective Coatings and Linings 2. AzkoNobel (ICI Paints) 3. PPG Protective and Marine Coatings (PPG Amercoat) 4. Tnemec Company, Inc. 5. Sherwin-Williams Company 09910-6 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 2.2 COATING MATERIALS ... A. General: 1. Coating manufacturer's highest quality products suitable for intended service. 2. All materials shall be from a single manufacturer for the each coating system used. 3. Other materials such as linseed oil, shellac, thinners, solvents, etc. shall be the highest quality product of the coating manufacturer and shall be compatible with paint materials being used. B. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating. 1. CONTRACTOR shall have complete responsibility for ensuring that each coating applied is compatible with its substrate and/or its intended finish coat, and that the completed coating system is suitable for its intended service. C. Accessory Materials: Thinning of paint and all accessory type materials used shall be strictly in accordance with the manufacturer's recommendations covering material types, solvents, mix ratios, and methods. D. Volatile Organic Compounds (VOC's) emitted by paints and coatings shall be in accordance with federal, state, and local regulations, as well as in accordance with National Architectural and Industrial Maintenance (AIM) rule. Provide certification that paints and coatings comply. 2.3 GLOSS/SHEEN RATINGS ,%me A. Paint gloss shall be defined as the sheen rating of applied paint in accordance with the values listed in Table 2. Gloss level ratings of all painted surfaces shall be as defined herein and as noted on the Painting Schedule. TABLE 2 GLOSS LEVEL Gloss Description Units Units Level (P 60 degrees @ 80 degrees GL-1 Matte or Flat finish 0 to 5 10 maximum GL-2 Velvet finish 0 to 10 10 to 35 GL-3 Eggshell finish 10 to 25 10 to 35 GL-4 Satin finish 20 to 35 35 minimum GL-5 Semi -Gloss finish 35 to 70 GL-6 Gloss finish 70 to 85 GL-7 High -Gloss finish > 85 Source: MPI Architectural Painting Specification Manual 2.4 MIXING A. Multiple -Component Coatings: 1. Prepare using each component as packaged by coating manufacturer. Mix only components specified by coating manufacturer. 2. No partial batches will be permitted. 3. Do not use multiple -component coatings that have been mixed beyond their pot ...i life. 09910-7 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 4. Furnish small quantity kits for touchup painting and for painting other small areas. 5. Do not intermix additional components for reasons of color or otherwise, even %Mole within the same generic type of coating. 6. Colorants: Formulate coatings with colorants free of lead, lead components, or other materials that might be affected by presence of hydrogen sulfide or other gas likely to be present at Site. 2.5 SHOP FINISHES A. Shop Coating Requirements: 1. When required by equipment Specifications, such equipment shall have the applicable surface preparation, be primed, and the finished coating applied in shop by the manufacturer in accordance with this Section for the service and conditions. Touchup will be accomplished in the 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 barrier -coat to be used between manufacturer's standard coating and specified field finish. a. Barrier -coat shall . be surface tolerant epoxy as recommended by manufacturer of specified field finish coat. b. Coordinate details of equipment manufacturer's standard coating with field coating manufacturer. 3. If approval not obtained, remove the factory -applied finish and apply the specified coating system. B. Pipe Coating Requirements: 1. Ductile Iron Pipe: Refer to Division 15 Section 15020 "Piping Systems, Ductile Iron" when ductile iron piping is used on Project. N%00 2.6 COLOR SCHEDULE A. Color Selection: 1. Colors: Purple 2. Colors selected may or may not be the manufacturer's standard color. 3. Submit color charts to Engineer at least 60 days prior to coating application to allow time for color selection. 4. Different colors will be selected for concrete structures; building columns, framing, walls, window and door frames, and other areas; various items of equipment; piping and conduit; safety colors will be used for fire equipment locations, protective covers for rotating or moving equipment, walkways, and other related items; architectural treatment, both interior and exterior of buildings; and for all other items of Work. 5. Colors for equipment shall be selected by OWNER during submittal process. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 09910-8 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as listed in Part 1-Project Conditions. B. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. C. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. Beginning coating application constitutes CONTRACTOR'S acceptance of substrates and conditions. 3.2 PROTECTION OF ITEMS NOT TO BE PAINTED A. Remove, mask, or otherwise protect plates, machined surfaces, hardware, lighting fixtures, couplings, shafts, bearing, stainless steel, aluminum, fiberglass, and similar surfaces already in place that are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. Mask openings in motors, vents, filters, etc. to prevent paint materials from entering. 2. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. 3. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 4. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. B. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. Protect surfaces adjacent to or downwind of Work from overspray. 3.3 SUBSTRATE SURFACE PREPARATION A. General Requirement: 1. Comply with manufacturer's written instructions, recommendations contained in this Section, and SSPC PA 3, Guide to Safety in Paint Applications. 2. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints. 3. Remove unknown primers or coatings systems and incompatible primers of shop painted work and prime substrate with compatible primers as required to produce paint systems indicated. 4. When removal is not feasible and with approval of ENGINEER, CONTRACTOR may apply a barrier coat in accordance with coating manufacturer's instructions prior to application of the designated coating system. 5. When abrasive blasting, use a source of compressed air, which is free of detrimental water and oil and capable of delivering the required volume and pressure. 6. Subject to review by ENGINEER, any substrate in which SPPC-SP6 or SPPC- SP10 abrasive blasting cannot be accomplished shall be cleaned in accordance with SPPC-SP3 removing loose mill scale, rust, paint, and other foreign matter. B. Structural Steel and Metal Fabrications (SP-3): 1. Remove rust and loose mill scale, if work has not been shop primed with coating system compatible primer, and other foreign materials. Clean using methods ..WI indicated below, and as recommended by coating manufacturer. 09910-9 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 a. Minimum Surface Preparation: SSPC-SP1, Solvent Cleaning, followed by SSPC-SP 6 Commercial Blast Cleaning. b. High Performance Coatings: SP5, White Metal Blast Cleaning, or SP10, Near -White Metal Blast Cleaning, as recommended by coating manufacturer. 2. The SSPC specifications are summarized as follows: a. SP1, Solvent Cleaning: Removal of 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 non -power 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. SP5, White Metal Blast Cleaning: Removal of visible oil, grease, dust, dirt, rust, mill scale, coatings, oxides, corrosion products, and other foreign matter by blast cleaning. e. SP6, Commercial Blast Cleaning: Removal of visible oil, grease, dust, dirt, rust, mill scale, 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 visible oil, grease, dust, dirt, loose rust, loose mill scale, and loose coatings. Tightly adherent mill scale, rust, and coating may remain on surface. g. SP10, Near -White Metal Blast Cleaning: Removal of visible oil, grease, dust, dirt, rust, mill scale, 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. SP11, Power Tool Cleaning to Bare Metal: Removal of visible oil, grease, dust, dirt, rust, mill scale, coatings, oxides, 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. SP-12, High Pressure Water Jetting: Describes the use of waterjetting to achieve a defined degree of cleaning of surfaces prior to the application of a protective coating or lining system. 3. The words "solvent cleaning", "hand tool cleaning", "wire brushing", and "blast cleaning", or similar words of equal intent in these Specifications or in the coating manufacturer's instructions, refer to the applicable SSPC Specification. 4. Where OSHA, EPA, or other 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. 5. Ductile Iron Pipe Supplied with Asphaltic Varnish Finish: For exposed or submerged locations, remove asphaltic varnish finish prior to performing specified surface preparation. 6. Hand tool clean surfaces areas that cannot be cleaned by power tool cleaning. 09910-10 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 7. Round of chamfer sharp edges and grind smooth burrs, jagged edges, and ..� surfaces defects. 8. Welds and Adjacent Areas: Prepare such that there is: a. No undercutting or reverse edges on weld bead. b. No weld spatter on or adjacent to weld or any area to be painted. C. No sharp peaks or ridges along weld bead. 9. Grind embedded pieces of electrode or wire brush with adjacent surface of weld bead. a. Preblast Cleaning Requirements: b. Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. c. Cleaning Methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed by clean water rinsing. d. Clean small isolated as above or solvent clean with suitable solvent and clean cloth. 10. 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. b. Select type and size of abrasive to produce surface profile that meets coating manufacturer's recommendations for particular primer used. C. Use only dry blast cleaning methods. d. Do not reuse abrasive, except for designed recyclable systems. e. Meet applicable rules and regulations for air pollution and environmental control regulations for blast cleaning, confined space entry (if required), and disposition of spent aggregate and debris. 11. Post Cleaning Requirements: ..WI 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 others 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. C. Aluminum Substrates (SP-5): Remove surface contamination such as dirt, oil, grease, oxidation, and other foreign matter in accordance with coating manufacturer's recommendations. D. Plastic and FRP Substrates (SP-6): 1. Hand sand surfaces to be coated with medium grit sandpaper to provide tooth for coating system. 2. Large areas by be power sanded or brush-off blasted, provided sufficient controls are employed so surface is roughened without removing excess material. 3. Prepare surfaces in accordance with coating manufacturer's recommendations. 3.4 APPLICATION A. General Requirements: 1. Inspection: Schedule with ENGINEER in advance for cleaned surfaces and all coats to succeeding coat. 2. Apply paint only to a dry, clean, properly cured and adequately prepared surfaces in areas where dust is no longer generated by construction activities such that airborne particles will not affect the quality of finished surfaces. 09910-11 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 3. Apply products in accordance with manufacturer's instructions in regard to drying time between coats, technique of application, ventilation, paint thinning, and safety precautions. a. Use applicators and techniques suited for paint and substrate indicated. b. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. C. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Allow applied coat to dry for the time period specified by the coating manufacturer before next coat is applied. Do not apply finishes to surfaces that are not dry to touch. 5. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 6. Where multiple coats are specified; apply each coat in a different color, which compliments the following coat and is different than the proceeding coat. Each coat must be free of shadows and uniform in appearance. 7. Double -lap all welds. Apply prime coat by brush to all weld areas; then apply prime coat to entire surface, including weld areas. 8. Coat units or surfaces to be bolted together or joined closely to structures or to one another prior to assembly or installation. 9. Repair any damage or overspray to paint on existing structures caused by construction work. Match existing colors with touch-up paint. B. Substrates Subject to Immersion: 1. Coating shall be applied to internal vessel and pipe surfaces, nozzle bores, flange gasket seating surfaces, carbon steel internals, and stainless steel internals, unless otherwise specified. 2. Obtain full cure for completed system. Do not immerse coating until completion of curing cycle. a. Apply coating to surfaces, which will be under water constantly or periodically, to appoint one foot above maximum water level. Mask the line of demarcation between the coating systems to a straight level line. C. Wood Surfaces: 1. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. 2. Prime back surfaces of interior and exterior woodwork with primer paint. 3. Prime back surfaces of interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25 percent with mineral spirits. D. Porous Surface, Such As Concrete and Masonry: 1. Filler/Surfacer: Use coating manufacturer's recommended product to fill air holes, bug holes, and other surface voids or defects. 2. Prime Coat: May be thinned to provide maximum penetration and adhesion. Type and amount of thinning shall be determined by coating manufacturer and dependent of surface density and type of coating. 3. Surface specified to receive water base coating should be damp, but free of running water, just prior to application. E. Factory Applied Coatings: 09910-12 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 1. Shop Priming: Primer applied shall be compatible with the field applied coating ,*save system. If prier type is not known or is not compatible with final coating system, remove and the correct primer applied. 2. Unknown or Non -Compatible Coating System: a. Remove system and apply specified coating system at Project site. b. When not feasible and with approval of ENGINEER, a barrier coat may be applied as recommended by the coating manufacturer and the specified coating system applied. C. MDFT shall be increased by an amount equal to the barrier coat plus the unknown or non -compatible coating. F. Paint all items throughout the project except for surfaces listed below, unless otherwise designated on the Drawings or in the specifications: 1. Concrete walkways, pavement, sidewalks, and stair treads. 2. Interior fiberglass items. Exterior fiberglass shall be painted. 3. Metal surfaces of anodized aluminum, brass, bronze, chrome, copper, or stainless steel. 4. Nameplates or serial numbers 5. Grease fittings. 6. Valve operator stems. 7. Glass. G. Film Thickness and Coverage: 1. Number of Coats: a. Minimum required without regard to coating thickness. b. Additional coats may be required to achieve minimum paint thickness. 2. Application Thickness: ,*nor a. Do not exceed coating manufacturer's recommendations. b. Measure using 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. Where inspection shows that the specified thickness is not developed, apply additional coats in accordance with manufacturer's instructions and cure schedule requirements to produce the required dry film thickness. 4. Attention shall be paid to edges, angles, flanges, and other similar areas, where insufficient film thickness are likely to be present. Assure complete hiding of underlying coats have been achieved. 3.5 MECHANICAL AND ELECTRICAL EQUIPMENT A. Applications: 1. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. 2. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports. For insulated pipe, provide shop and field primer coats on pipe and surface preparation and final coat on insulation jacket. 3. Replace identification markings on mechanical or electrical equipment when painted accidentally. 4. Paint interior surfaces of air ducts, and convector and baseboard heating ..e cabinets that are visible through grilles and louvers with one coat of flat black 09910-13 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 paint, to limit of sight line. Paint dampers exposed behind louvers, grilles, and convector and baseboard cabinets to match face panels. ,1 5. Paint exposed conduit and electrical equipment occurring in finished areas. 6. Paint both sides and edges of plywood backboards for electrical and telephone equipment before installing equipment. B. Color code equipment, piping, conduit, and exposed ductwork in accordance with requirements indicated. Color band and identify with flow arrows and names. C. Coating systems applied at the factory shall be protected against damaged during. transit, delivery, storage, and erection. 1. Repair damaged areas on factory applied coatings on equipment in accordance with the equipment manufacturer's instructions and with manufacturer's correct color. 2. Carefully blend repaired areas into original finish. D. The following items will receive factory applied coatings and usually will not be field painted: 1. Electrical panels, motor control centers, transformers, and related items. 2. Light fixtures. 3. Pressure gauges. 4. Instrumentation. 5. Similar items with standard factory finishes, subject to ENGINEER's review. 3.6 FIELD QUALITY CONTROL A. CONTRACTOR shall be responsible for the following testing during coating operations: 1. Prior to start and during the coating application each day, temperature and humidity readings will be obtained. If the values obtained are not within the recommended temperature and humidity range described herein or as required by the coating manufacture, the coating application will not be allowed. 2. Periodically check the wet film thickness during coating applications. 3. Prepared records of the above tests and readings. B. Testing Agency: CONTRACTOR shall engage a qualified testing agency to perform tests and inspections. 1. MDFT Measurement: a. Obtain after application of each coat of paint and final coat for every 25 square feet of surface and at locations designated by the ENGINEER. b. A minimum of three readings of the area around the location will be obtained. C. If the average of these readings indicates the MDFT for the final coat is below the specified minimum, CONTRACTOR shall apply another coat in accordance with the manufacturer's instructions. 2. The interiors of liquid containing structures and tanks will be tested for holidays after final coat application. Areas found to be defective shall have an additional coat applied. 3. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been obtained. 4. Provide particular attention to edges, angles, flanges, and similar areas where insufficient film thickness is likely to occur. C. Damaged Coatings, Pinholes, and Holidays: *4=e 09910-14 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 1. Feather edges and repair in accordance with recommendations of coatings ,"WIW, manufacturer. 2. Hand or power sand visible areas of chipped, peeled, or abraded paint, and feather edges. Apply prime and intermediate and final coatings in accordance with this Section. 3. Repair fusion bonded coatings as recommended by the manufacturer. 4. Apply finish coat, including touch-up and damaged repair coatings, in a manner that will present uniform texture and color -matched appearance. D. The coating system will be considered defective if it does not pass tests and inspections. When this occurs the ENGINEER will specify corrective measures. The coating system will be retested, with the additional expense occurred. charged to the CONTRACTOR. E. Unsatisfactory Appearance: 1. Top coat surface found to have improper finish color or insufficient film thickness. 2. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. 3. Repair defects in accordance with coating manufacturer's recommendations. 4. Leave staging up until the coating has been inspected and approval received. F. Testing of Paint Materials: OWNER reserves the right to invoke the following procedure at any time and as often as OWNER deems necessary during the period when paints are being applied: 1. Owner will engage the services of a qualified testing agency to sample paint materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. ,%M, 2. Testing agency will perform tests for compliance of paint materials with product requirements. 3. OWNER may direct CONTRACTOR to stop applying paints if test results show materials being used do not comply with product requirements. CONTRACTOR shall remove non -complying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. CONTRACTOR will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. a. Testing Report: Prepare a Report for each coating applied on the Project. 3.7 MANUFACTURER'S SERVICES A. In accordance with the requirements of Manufacturer's Services, coating representative shall be present at Project site as follows: 1. On first day of application of any coating system. 2. Minimum of two additional Site inspection visits as required to resolve filed problems attributable to, or associated with, coating manufacturer's product. 3. As required to verify full cure of coating prior to coated surfaces being placed into immersion service. 3.8 CLEANING AND PROTECTION A. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site. 09910-15 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by ENGINEER, and leave in an undamaged condition. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. D. Upon completion of the work remove all staging and scaffolding. Dispose of all sand, containers, and rubbish in a suitable manner. Remove overspray, paint spots, oil or stains on adjacent surfaces. Leave the entire Project clean and acceptable. 3.9 PROTECTIVE COATING SYSTEMS A. General Information: 1. Coverage: The minimum coverage for the various components is specified as Minimum Dry Film Thickness (MDFT), unless otherwise indicated as Square Foot per Gallon (SFPG). 2. If a manufacturer is not listed, they do not offer a compatible coating system. B. Steel, Galvanized Steel, Aluminum, and Copper (CS-7): Submerged or intermittently submerged; includes piping, valves, equipment, and related items. Also can be used on items to be buried underground, such as tanks and piping. 1. Surface Preparation: As described herein and in accordance with manufacturer's instructions, depending on the metal substrate. 2. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. Steel, Galvanized Steel, Aluminum, and Copper Submerged or Intermittently Submerged and Items Buried Underground Manufacturer Coat 1 I Coat 2 I Coat 3 Product I Coverage Product I Coverage Product I Coverage Generic Description Polyamidoamine Epoxy AzkoNobel (ICI Paints- Bar -Rust 236 4.0-6.0 Bar -Rust 236 4.0-6.0 Devoe) MDFT MDFT Carboline Carboguard 4.0-6.0 Carbolguard 4.0-6.0 890 MDFT 890 MDFT PPG (Amercoat) Amercoat 385 4.0 -6.0 Amercoat 385 4.0 -6.0 MDFT MDFT Sherwin-Williams Macropoxy 5.0-10.0 Macropoxy 5.0-10.0 646 Fast Cure MDFT 646 Fast Cure MDFT N69 Hi -Build 4.0-6.0 N69 Hi -Build 4.0-6.0 Tnemec Epoxoline II MDFT Epoxoline II MDFT Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. C. Ferrous Metals, Alternate to Coating System CS-7 (CS-8): Submerged or intermittently submerged; includes piping, valves, equipment, and related items. Also can be used on items to be buried underground, such as tanks and piping. 09910-16 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 1. Coating system may also be for as an alternate to Coating systemCS-7 when specified in the Painting Schedule. 2. Surface Preparation: a. SSPC-SP10, Near -White Blast, and in accordance with manufacturer's instructions, depending on the metal substrate. b. Remove applied primer, if unknown or provide verification an epoxy primer was used and the "recoat" time window has not expired. Normally this period from epoxy primer application to final coat application is 6 to 12 months. 3. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. Steel, Buried Alternate to Coating System CS-7 Manufacturer Coat 1 I Coat 2 I Coat 3 Product I Coverage Product I Coverage Product Coverage Generic Coal Tar Epoxy Over Polyamidoamine Epoxy Primer Description 2 Coat Application"' Single Coat A )plication Devran 223 2.0-4.0 8.0 16.0 AzkoNobel (ICI Paints) Recoatable MDFT Devtar 5A MDFTPC Devtar 247 MDFT Epoxy _ Carboline Carboline 888 2.0-4.0 Carbomastic 8.0 Carbomastic 16.0 MDFT 300M MDFTPC 300M MDFT Amercoat Amercoat 16.0 PPG (Amercoat) Amercoat 370 2.0 -4.0 78HB Coal Tar 8.0 78HB Coal Tar MDFT MDFT Epoxy MDFTPC Epoxy Sherwin-Williams Recoatable 2.0 -4.0 Targuard Coal 8.0 Hi -Mil Sher- 16.0 Epoxy MDFT Tar Epoxy MDFTPC Tar Epoxy MDFT Tnemec N69 Hi -Build 2.0-4.0 46-H-413 8.0 46-H-413 16.0 Epoxoline II MDFT Tneme-Tar MDFTPC Tneme-Tar MDFT Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. (1) Apply second coat cross -wise to first coat. D. Steel, Galvanized Steel, Aluminum, and Copper (CS-7): Submerged or intermittently submerged; includes piping, valves, equipment, and related items. Also can be used on items to be buried underground, such as tanks and piping. 1. Surface Preparation: As described herein and in accordance with manufacturer's instructions, depending on the metal substrate. 2. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. 09910-17 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 Steel, Galvanized Steel, Aluminum, and Copper Submerged or Intermittently Submerged and Items Buried Underground Manufacturer Coat 1 I Coat 2 I Coat 3 Product I Coverage Product Coverage Product Coverage Generic Description Polyamidoamine Epoxy AzkoNobel (ICI Paints- Bar -Rust 236 4.0-6.0 Bar -Rust 236 4.0-6.0 Devoe) MDFT MDFT Carboguard 4.0-6.0 Carbolguard 4.0-6.0 Carboline 890 MDFT 890 MDFT PPG (Amercoat) Amercoat 385 4.0 -6.0 Amercoat 385 4.0 -6.0 MDFT MDFT Sherwin-Williams Macropoxy 5.0-10.0 Macropoxy 5.0-10.0 646 Fast Cure MDFT 646 Fast Cure MDFT N69 Hi -Build 4.0-6.0 N69 Hi -Build 4.0-6.0 Tnemec Epoxoline II MDFT Epoxoline 11 MDFT Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. E. Ferrous Metals Encased in Concrete, Plaster, Insulation, Fireproofing and Similar Materials (CS-9): 1. Surface Preparation: SSPC SP6, Commercial Blast Cleaning. 2. Coating shall be UL classified in accordance with UL 263 (ASTM E119) and meets material adhesion test ASTM E 736 for use under various fire -resistive products. Meets AISC requirements for Class B surface with a mean slip coefficient no less than 0.50 and tension creep not in excess of .005 inches S%.01 (SSPCSPS/NACE 1 and SSPC-SP3). 3. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. Ferrous Metals Encased in Concrete, Plaster, Insulation, Fireproofin and Similar Materials Manufacturer Coat 1 I Coat 2 Coat 3 Product I Coverage Product I Coverage Product I Coverage Generic Aromatic Polyurethane, Mio-Zinc Filled Primer Description Sherwin-Williams Corothane 1 2.0-4.0 Macropoxy 5.0-10.0 Mio-Zinc 2K MDFT 646 Fast Cure MDFT Tnemec Series 394 2.5-3.5 N69 Hi -Build 4.0-6.0 PerimePrime MDFT Epoxoline II MDFT Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. F. Metal Surfaces Exposed to Temperatures 2500 F to 4500 F (CS-10): 1. Surface Preparation: As described herein and in accordance with the manufacturer's instructions. a. SPC10, Near White Blast. 2. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. 09910-18 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 Metal Surfaces Exposed to Temperatures 250° F to 450° F Manufacturer Coat 1 I Coat 2 I Coat 3 Product I Coverage Product Coverage Product Coverage Generic Silicone Acrylic High Heat Description AzkoNobel (ICI Paints- HT-10 2 coats Devoe) (710-S- 1.0-1.5 9100) MDFTPC Thermaline 2 coats Carboline 490OR 1.0-1.5 Aluminum MDFTPC Amercoat 2 coats PPG (Amercoat) 892HS 1.0-1.5 Silicone MDFTPC Aluminum Kern Hi -Temp 2 coats Sherwin-Williams Heat -Flex II 1.0-1.5 450 MDFTPC Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. G. Ferrous Surfaces in Contact with Potable Water and Water Being Treated for use as Potable Water (CS-11): 1. NSF Certified: Coatings shall conform to ANSUNSF Standard 61 and certified by an organization accredited by ANSI. 2. Surface Preparation: As described herein and in accordance with the manufacturer's instructions. a. Interior Ferrous Metals; Submerged or Intermittently Submerged: SSPC SPC10, Near White Blast. b. Interior Ferrous Metals, Dry: SSPC SPC6, Commercial Blast. 3. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. 09910-19 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 Ferrous Surfaces in Contact with Potable Water and Water Being Treated for use as Potable Water Coat 1 Coat 2 I Coat 3 Manufacturer Product I Coverage I Product I Coverage l Product I Coverage Generic Organic, Zinc Rich Urethane/Modified Polyamine Epoxy, min. 80% Volume Solids Description AzkoNobel (ICI Bar -Rust 233H 4.0-6.0 Bar -Rust 233H 4.0-6.0 Paints -Devoe MDFT MDFT Carboline Carboguard 61 5.0 MDFT Carboguard 61 5.0 MDFT PPG (Amercoat) Amerlock 2 5.0-6.0 Amerlock 2 5.0-6.0 MDFT MDFT Sherwin-Williams Corothane 1 2.5-3.5 3.0-6.0 Tank Clad HS Galvapac MDFT MDFT Series 91 H2O 2.5 to 3.5 Series 141 10.0 Tnemec Hydro -Zinc MDT Epoxoline MDFT Generic SPECIAL SYSTEM (Long term service of 25 to 30 years) Description Enviroline 230 - AzkoNobel (ICI Potable Water 20 to 50 Paints-Enviroline) Lining (100% MDFT Soilds Hybrid Epoxy) Carboline Carboline(l) Polyclad 708 25 to 30 (100% Solids MDFT Polyurthane) Sherwin-Williams Envirolastic 40 to 60 AR520 PW MDFT Series 406 25 to 30 Tnemec Elasto-Shield MDFT (100% Solids Polyurethane) Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. (1) Carboline Alternate: Polibrid 705 applied at a coverage of 25 to 30 MDFT. H. Plastic (CS-17); Exposed, uninsulated, includes PVC and CPVC piping (exposed uninsulated), fabrications, vinyl siding and related items. 1. Surface Preparation: As described herein and in accordance with manufacturer's instructions. 2. Coating System: Selection shall be as shown in Painting Schedule or on the Drawings. 09910-20 Month Year PAINTING AND PROTECTIVE COATINGS S%./ 0318-042-01 Plastic Interior and Exterior, Exposed, Uninsulated Manufacturer Coat 1 I Coat ICI Product I Coverage Product ( Coverage Coat 3 Product I Coverage Generic Aliphatic Polyurethane (exterior only) over Polyamidoamine Epoxy Description AzkoNobel (ICI Paints- Bar -Rust 236 4.0-8.0 Devthane 359H 3.0-6.0 Devoe) MDFT MDFT Carboline Carboguard89 4.0 MDFT Carbothane 134HG Series 2 0-2.5 0 Polyurethane(l) MDFT 4.0-6.0 Amercoat 450 2.0-2.5 PPG Amercoat Amercoat 385 MDFT Series(l) MDFT Macropoxy 4.0-10.0 Hi -Solids 3.0-4.0 Sherwin-Williams 646 Fast Cure MDFT Polyurethane MDFT Epoxy 4.0 MDFT Series 740/750 Tnemec N69 Hi -Build Endura 3.0-4.0 Epoxoline II - Shield MDFT Products and application procedures differ form one manufacturer to another, therefore apply coatings in accordance with manufacturer's instructions. (1) Apply polyurethane second coat to exterior plastic components. 3.10 FIELD QUALITY CONTROL A. CONTRACTOR shall be responsible for the following testing during coating operations: 1. Prior to start and during the coating application each day, temperature and humidity readings will be obtained. If the values obtained are not within the recommended temperature and humidity range described herein or as required by the coating manufacture, the coating application will not be allowed. 2. Periodically check the wet film thickness during coating applications. 3. Prepared records of the above tests and readings. B. Testing Agency: OWNER will engage a qualified testing agency to perform tests and inspections. 1. Minimum Dry Film Thickness (MDF) readings will be obtained after each coat of paint has been applied, and after final coat has been applied. A test will be made for every 25 square feet of surface and at locations designated by the ENGINEER. A minimum of three readings of the area around the location will be obtained. If the average of these readings indicates the MDF for the final coat is below the specified minimum, CONTRACTOR shall apply another coat in accordance with the manufacturer's instructions. 2. The interiors of liquid containing structures and tanks will be tested for holidays after final coat application. Areas found to be defected shall have an additional coat applied. C. The coating system will be considered defective if it does not pass tests and inspections. When this occurs the ENGINEER will specify corrective measures. The coating system will be retested, with the additional expense occurred charged to the CONTRACTOR. 09910-21 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 D. Testing of Paint Materials: Owner reserves the right to invoke the following procedure at any time and as often as Owner deems necessary during the period when paints are being applied: 1. Owner will engage the services of a qualified testing agency to sample paint materials being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance of paint materials with product requirements. 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove non -complying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. E. Prepare test and inspection reports. 3.11 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by ENGINEER, and leave in an undamaged condition. Nfts", D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. E. During progress of Work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. F. Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site. G. Upon completion of the work remove all staging and scaffolding. Dispose of all sand, containers, ad rubbish in a suitable manner. Remove overspray, paint spots, oil or stains on adjacent surfaces. Leave the entire Project clean and acceptable. 3.12 PRODUCT DATA SHEET, COATING SYSTEM DATA SHEET, AND PAINTING SCHEDULE A. Product Data Sheet and Coating System Data Sheet: Information shall be provided by coating system manufacturer for each system in accordance with the PDS and CSDS after the "END OF SECTION". B. Painting Schedule: Protective coatings shall be applied to the various substrates in accordance with the Painting Schedule after the "END OF SECTION". END OF SECTION 09910-22 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 PRODUCT DATA SHEET Complete and attach manufacturer's Technical Data Sheet to this Product Data Sheet (PDS) for each product submitted. Provide manufacturer's recommendations for the following parameters at temperature (° F)/relative humidity. TEMPERATURE/RH 50/50 70/30 90/25 Induction Time Pot Life Shelf Life Drying Time Curing Time Min. Recoat Time Max. Recoat Time Provide manufacturer's recommendations for the following: • Mixing Ratio: • Maximum Permissible Thinning: • Ambient Temperature Limitations: • Surface Temperature Limitations: • Surface Profile Requirements: 09910-23 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 COATING SYSTEM DATA SHEET Complete this Coating System Data Sheet (CSDS) for each coating system; include all components of the system (surface preparation, primer, intermediate coats, and finish coat). Include all components of a given coating system on a single PSD. PAINT SYSTEM NUMBER: Paint System Title: Coating System Supplier: Representative: Surface Preparation: Paint Material Product Name/Number Minimum Coats Coverage (Generic) (Proprietary) 09910-24 Month Year PAINTING AND PROTECTIVE COATINGS 0318-042-01 SECTION 13110 CATHODIC PROTECTION PART 1 - GENERAL 1.1 SCOPE A. Contractor shall retain the services of a certified corrosion control specialist to conduct soil tests and design a cathodic protection system for all buried piping in the yard. B. Contractor shall furnish all materials and labor for installation of the cathodic protection system as recommended by the corrosion specialist. C. Test the cathodic protection system to verify it is functioning as specified herein: 1. After completion of system installation and pipe backfill. 2. One year after final acceptance of the work. D. Install additional anodes, wiring and other components recommended by the corrosion control specialist should either of the tests required by Paragraph 1.1 C indicate the system does not meet the performance standards specified herein. 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. Iftmo, B. Section 15021 — Piping System, Steel Pipe 1.3 SUMMARY A. Section includes passive cathodic protection systems that use magnesium anodes to protect ductile iron and steel piping. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For cathodic protection. Include plans, evaluations, reports, sections, details, and attachments to other work. 1. Detail locations of cathodic protection equipment, devices, and outlets, with characteristics and cross-references to products. 2. Include calculations and details of anode designs. 3. Include labeling and identifying scheme for wires, cables, and test boxes. C. Operation and Maintenance Data: Provide in accordance with Division 1 Section 01350 "Operation and Maintenance Data." D. Information Submittals: 1. Manufacturer's Certification of Compliance. 2. Copies of the corrosion control specialist's certification that is responsible for the design. 13110-1 June 2009 CATHODIC PROTECTION 0318-042-01 3. Complete plans from corrosion specialist indicating location and details of corrosion control facilities. 4. Calculations and assumptions used in design of corrosion control system. 5. Special shipping, storage and protection, and handling instructions. 6. Manufacturer's instructions for installation. 7. Manufacturer's Certificate of Proper Installation 8. Field quality -control reports. 9. Report from corrosion control specialist indicating location and results of all field testing. 10. Warranty: Sample of special warranty. 11. Operation and Maintenance Data 1.5 REFERENCE STANDARDS A. NACE RPO-169: Design Criteria for Underground and Submerged Ferrous Steel. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store equipment components in accordance with shop drawings, manufacturer's written instructions. - 1.7 QUALITY ASSURANCE A. Corrosion control specialist shall be a NACE-certified corrosion specialist and a licensed professional engineer in the state of Texas. B. Corrosion control specialist firm shall have been in the business at least five (5) years *400.4, and demonstrate previous pipeline corrosion system design experience. C. Corrosion control specialist shall be approved by the OWNER prior to bidding. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace permanent reference electrodes that fails in materials or workmanship within specified warranty period. 1. Warranty Period: 15 years from date of Substantial Completion. 2. Cost for the removal, shipment, repair and installation by CONTRACTOR shall be included in warranty, as well as correction of defective work. 1.9 SYSTEM DESCRIPTION A. The cathodic protection system shall be comprised of wires, anodes, test stations, and other appurtenances necessary to make a complete system and to meet the performance standards specified herein. B. The test stations and other cathodic protection measures indicated on OWNER approved Shop Drawings shall be considered as minimum requirements. The Contractor shall install any other facilities recommended by the corrosion control specialist at no additional cost to the Owner. 13110-2 June 2009 CATHODIC PROTECTION 0318-042-01 C. The system shall be designed to meet the following performance guidelines. 1. Minimum design life — 15 years 2. Reference Potential — (-850) my do or more negative referenced to copper/copper sulfate anode. PART 2 - PRODUCTS 2.1 MAGNESIUM ANODES, TYPE II A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Corrpro Companies, Inc. 2. Cott Manufacturing Company. 3_ CPMasters, Inc. 4. ELTECH Systems Corporation USA; Anode Technologies Group. 5. Farwest Corrosion Control Company. 6. Loresco International. 7. MATCOR. B. Comply with ASTM B 843. C. Chemical composition as percent of weight shall be as follows: 1. Aluminum: 0.010 maximum. 2. Manganese: 0.50 to 1.3. 3. Zinc: 0.05 maximum. 4. Silicon: 0.50 maximum. 5. Copper: 0.02 maximum. 6. Nickel: 0.001 maximum. 7. Iron: 0.03 maximum. 8. Other Impurities: 0.05 each; 0.3 maximum total. 9. Magnesium: Remainder. D. Anode Core: Galvanized steel with anode wire silver -soldered to the core. Connection shall be recessed and epoxy insulated for 600-V rating. Connection shall be covered with heat -shrinkable tubing, and insulation shall be extended over connection. E. Anode Wires: Factory -installed cables, with copper conductors, suitable for direct burial; not less than No. 10 AWG with Type THWN insulation according to ASTM D 1248 and NEMA WC 70/ICEA S-95-658; long enough to extend to accompanying junction box without splicing. F. Anode Backfill: Backfill materials packaged in water -permeable fabric sack or cardboard container. Anodes shall be factory installed in packaged backfill using methods that result in dense packing of fill with factory -installed anode spacers to ensure centering of anode in packaged anode backfill. Backfill material shall have the following chemical composition by weight: 1. Hydrated Gypsum: 75 percent. 2. Bentonite Clay: 20 percent. 3. Anhydrous Sodium Sulfate: 5 percent. 13110-3 June 2009 CATHODIC PROTECTION 0318-042-01 2.2 PERMANENT REFERENCE ELECTRODES A. Copper/copper sulfate (Cu/CuSO4), suitable for direct burial. Electrode shall be *too, guaranteed by supplier for 15 years' service in the installed environment. 2.3 WIRE AND CABLE A. Anode Header Cable: Single -conductor, Type HMWPE, insulated cable specifically designed for direct -buried do service in cathodic protection installations. 1. Conductor: Stranded, annealed, uncoated copper, not less than No. 8 AWG, complying with ASTM B 3 and ASTM B 8. 2. Insulation: High -molecular -weight polyethylene, complying with NEMA WC 70/ICEA S-95-658. 3. Minimum Average Thickness of Insulation: 110 mils for Nos. 8 through 2 AWG, and 125 mils for Nos. 1 through 4/0 AWG; rated at 600 V. 4. Connectors: Copper compression type or exothermic welds. B. Conductors and Cables: 1. Bonding Conductors for Joint and Continuity Bonds: Not less than No. 8 AWG, stranded, Type THWN copper conductors. 2. Flexible Pipe Coupling Bonds: Flexible copper straps with electrical resistance equal to No. 1/0 AWG stranded copper wire and with five holes for five exothermic welds to pipe. 3. Test Wires: No. 12 AWG, Type THWN copper conductors. 4. Resistance Wires: No. 16 or No. 22 AWG nickel -chromium wire. 5. Cables for Installation in Conduit: Type THWN copper conductors. 2.4 TEST STATIONS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Corrpro Companies, Inc. 2. Cott Manufacturing Company. 3. CPMasters, Inc. B. Plastic Test Stations: Flush -mounted type, manufactured of high -impact -resistant PVC or polycarbonate with watertight conduit connections and cover and removable terminal board having at least five terminals. C. Test Station Mounting Enclosures: 1. Non -Traffic -Area Boxes: Comply with requirements in Division 16 Section "Raceways" 2. Traffic -Area Boxes: Comply with requirements in Division 2 Section "Underground Ducts and Utility Structures." Boxes shall have cast-iron covers with a welded bead legend "CP TEST." 13110-4 June 2009 CATHODIC PROTECTION 0318-042-01 2.5 SEALING, POTTING, AND DIELECTRIC COMPOUNDS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Chase Corporation - Chase Specialty Coatings; Royston Business Group. 2. Chase Corporation - Chase Specialty Coatings; Tapecoat Business Group. 3. Farwest Corrosion Control Company. 4. 3M; Electrical Products Division. B. Sealing and Dielectric Insulating Compound: Comply with NACE RP0188. Black, rubber based, soft, permanently pliable, tacky, moldable, and unbacked; 0.125 inch minimum thickness or greater depending on conditions. C. Potting Compound: Comply with NACE RP0188. Cast -epoxy, two -package type; fabricated for this purpose and covered with heat -shrinkable tape. D. Pressure -Sensitive, Vinyl -Plastic Electrical Tape: Comply with UL 510. 2.6 EXOTHERMIC WELDING MATERIALS A. Exothermic Weld Kits: Specifically designed by manufacturer for welding materials and shapes required. B. Exothermic Weld Caps: Dome of high -density polyethylene, 10-mil minimum thickness, filled with mastic and containing a tunnel portion to separate lead wire from exothermic weld. 2.7 COATING REPAIR MATERIALS A. Touchup Coating Materials: Comply with requirements in Division 9 Section 09900 "Painting" for coating systems for touchup of factory -applied coatings. B. Adhesive -Applied Coating Materials: Coating materials shall be compatible with factory -applied coating system. 1. Nominal thickness of coating materials shall be not less than 16 mils, plus or minus 5 percent. 2. Coating materials shall be one of the following supplied by factory -applied coating system manufacturer: a. Polyvinyl -chloride, pressure -sensitive, adhesive tape. b. High -density polyethylene/bituminous rubber compound tape. C. Butyl rubber tape. d. Coal -tar epoxy. PART 3 - EXECUTION 3.1 TESTING A. Prior to installation of the pipeline, test the soil for resistivity as recommended by the corrosion control specialist. 13110-5 June 2009 CATHODIC PROTECTION 0318-042-01 B. Test soil to depth of proposed pipe 3.2 DESIGN A. Design system to meet the performance criteria described in plans from corrosion control specialist. Design shall include recommendations for location and size of all cathodic protection facilities. 3.3 GENERAL INSTALLATION REQUIREMENTS A. Comply with ANSI/IEEE C2 and NFPA 70. B. Make connections to ferrous pipe using exothermic welding. C. Coat welds with the coating repair material and apply an exothermic weld cap. 3.4 MAGNESIUM ANODE INSTALLATION A. Install magnesium anodes at locations that clear obstructions. Install at least 36 inches and no more than 10 feet from pipe to be protected. Install in augered holes with top of anode a minimum of 36 inches below finished grade. In soils that will collapse into augered holes, use casing of galvanized sheet steel. B. Install anodes in a dry condition after plastic or waterproof protective covering has been completely removed from water -permeable permanent container that houses anode metal. Do not use anode -connecting wire for lowering anode into hole. Backfill annular space around anode with fine earth in 6-inch layers; compact each layer using %No, hand tools. Do not strike anode or connecting wire during backfilling and compacting. After backfilling and compacting to within 6 inches of finished grade, pour approximately 5 gal. of water into each filled hole. After water has been absorbed by earth, complete backfilling to finished level. C. If rock strata are encountered before achieving specified augured hole depth, install anodes horizontally at depth at least as deep as bottom of pipe to be protected. D. Install anodes spaced as indicated, connected through a test station to the pipeline, allowing slack in connecting wire to compensate for movement during backfill operation. E. Do not use resistance wires to reduce current output of individual or group anodes. 3.5 INSTALLATION OF REFERENCE ELECTRODES A. Install directly beneath the buried metallic component being protected. 3.6 CABLE AND WIRE INSTALLATION A. Install conductors, except anode wires, in PVC conduit with waterproof PVC junction boxes. Comply with requirements in Division 16 Section 16110 "Raceways" for conduit and its installation. 13110-6 June 2009 CATHODIC PROTECTION 0318-042-01 B. Anode Wire Installation: Cover trench bottom for the anode wire with 3-inch layer of ,"WWI sand or stone -free earth. Center wire on backfill layer and do not stretch or kink the conductor. Place backfill over wire in layers not exceeding 6 inches deep, and compact each layer. Use clean fill, free from roots, vegetable matter, and refuse. Place cable underground -line warning tape within 18 inches of finished grade, above cable and conduit. C. Bonding Conductors: Install conductors on metallic pipe, to and across buried flexible couplings, mechanical joints, and flanged joints except at places where insulating joints are specified. Welded and threaded joints are considered electrically continuous and do not require bonding. 1. Install at least two bonds between parts requiring bonding. 2. Bonding conductors must contain sufficient slack for, anticipated movement between structures. Bonding conductors across pipe joints shall have not less than a 4-inch slack for pipe expansion, contraction, and soil stress. 3. Connect bonding conductors to pipe, coupling follower rings and coupling middle ring or sleeve. Connect bonding conductors with exothermic welds. D. For wire splicing, use compression connectors or exothermic welds. 3.7 TEST STATIONS A. Install test stations as follows: 1. At 1000-foot intervals. 2. At insulating joints. 3. At both ends of casings when casing material is included in the cathodic protection system. 4. Where pipe crosses other metal pipes. 5. Where pipe connects to existing piping system. 6. Where pipe connects to dissimilar metal pipe. 7. And/or as recommended by corrosion specialist. B. Install test stations on backfill complying with requirements for trench bottom fill for anode wires unless otherwise indicated. C. Terminate test conductors on terminal boards and install a spare set of test leads at each testing location. 3.8 PIPE JOINTS A. Insulating Flange Sets: Cover flanges with sealing and dielectric compound. B. Insulating Unions: Install electrical isolation at each building entrance and at other locations indicated. Cover unions with sealing and dielectric compound. 3.9 INSULATING PIPE SLEEVES A. Install insulating sleeves between metallic piping and metal buildings, hangers, supports, and other metal structures. Completely surround the metallic pipe for the full length of the steel contact and effectively prevent contact between the cathodically protected metallic pipe and other metallic structures. Support insulating sleeve to 13110-7 June 2009 CATHODIC PROTECTION 0318-042-01 prevent damage to coating and to accommodate relative movement, vibrations, and temperature differentials. 3.10 COATINGS A. Field Joints: Apply adhesive -applied coating system in a thickness to achieve corrosion protection equal to adjacent factory -applied coating. 3.11 FIELD QUALITY CONTROL A. Comply with NACE RP0169 and NACE RP0285. B. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing. C. Tests and Inspections: 1. Static Pull Test: Choose, at random, one completed anode of each type for this destructive test. Demonstrate that anode wire connections have enough strength to withstand a minimum tensile load of 300 lb. If test fails, replace all anodes and repeat test at another randomly selected anode. 2. Insulation Testing: Before anode system is connected to pipe, test insulation at each insulating joint and fitting. Demonstrate that no metallic contact, or short circuit, exists between the two insulated sections of pipe. Replace defective joints or fittings. 3. Bonding Tests: Test for electrical continuity across all bonded joints. Repair or add additional bonds until electrical continuity is achieved. 4. Baseline Potentials: After backfilling of pipe and anodes is completed, but before anodes are connected to pipe, measure the static potential of pipe to soil. Record initial measurements. 5. Anode Output: Measure electrical current as anodes or groups of anodes are connected to pipe. Use a low -resistance ammeter. Record current, date, time, and location of each measurement. 6. Pipe -to -Reference Electrode Potential Measurements: On completion of installation of entire cathodic protection system, make electrode potential measurements according to NACE RP0169, using a copper/copper-sulfate reference electrode and a potentiometer -voltmeter, or a do voltmeter with an internal resistance (sensitivity) of not less than 100,000 ohms per volt and a full scale of 1 or 2 V. Make measurements at same locations as those used for baseline potentials. Record voltage, date, time, and location of each measurement, using one of the following two methods: a. 0.85 V Negative Voltage: With cathodic system in operation, measure a negative voltage of at least minus 0.85 V between pipe and a saturated copper/copper-sulfate reference electrode contacting the earth directly over pipe. b. 100-mV Polarization Voltage: Determine polarization voltage shift by interrupting protective current and measuring polarization decay. An immediate voltage shift will occur if protective current is interrupted. Use voltage reading, after immediate shift, as base reading from which to measure polarization decay. Measure at least a minimum polarization 13110-8 June 2009 CATHODIC PROTECTION 0318-042-01 voltage shift of 100 mV between pipe and a saturated copper/copper- sulfate reference electrode contacting the earth directly over pipe. D. Location of Measurements for Piping: For coated piping or conduit, measure from reference electrode in contact with the earth directly over pipe. Measure at intervals not exceeding 400 feet. Make additional measurements at each distribution service riser, with reference electrode placed directly over service line. E. Inspect coatings; comply with NACE RP0188. Repair imperfections of factory -applied coatings as specified in "Coatings" Article. 1. Use electronic holiday detectors to detect coating imperfections. 2. All damage to the protective coating during transit and handling shall be repaired before installation. 3. Repair factory -applied coatings to have equal or better corrosion resistance than the factory -applied coating system. Field -repair material shall be of the type approved by, and shall be applied as recommended by, manufacturer of the coating material. 3.12 ADJUSTING A. During the first year after Substantial Completion, test, inspect, and adjust cathodic protection system every three months to ensure its continued compliance with specified requirements. 3.13 DEMONSTRATION A. Engage a factory -authorized service representative to train OWNER'S maintenance personnel to adjust, operate, and maintain cathodic protection system and prepare Operation and Maintenance data in accordance with Division 1 Section 01350 " Operation and Maintenance Data." END OF SECTION 13110 13110-9 June 2009 CATHODIC PROTECTION 0318-042-01 SECTION 15015 PIPING SYSTEMS -BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section specifies piping materials and installation methods common to the piping system Sections of Division 15 and includes joining materials, piping specialties, and basic piping installation instructions. This Section includes: 1. All exposed, submerged, and buried plant and station piping including modifications to existing systems as well as new pipe systems, except systems specified in related work. 2. Potable water and raw water mains, sanitary sewers, storm drains and culverts serving plant or station and shown on Drawings. 3. Floor and sanitary drain systems within building limits are not included. 4. Domestic water distribution systems, sanitary sewage systems, and storm drainage systems are covered in other Sections. 5. CONTRACTOR shall mark actual flowline or top of pipe elevations and actual coordinates on record drawings when pipelines are being installed. B. Related Sections: ...le 1. Division 2 Section "Excavation and Backfill for Large Diameter Pipe" for the excavation, trenching, and backfilling for buried piping systems. 2. Division 2 Section "Piped Utilities -Basic Materials and Methods" for materials and methods for off -site piped utilities specified in Division 2 piping systems. 1.3 REFERENCES AND DEFINITIONS A. References: 1. American National Standards Institute (ANSI): a. B9.1 Standard Safety Code for Mechanical Refrigeration b. B31.1.0 Standard Code for Pressure Piping, Power Piping 2. ASTM International (ASTM): a. A 53 — Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless b. B 32 — Specification for Solder Metal c. B 813 — Specification for Liquid and Paste Fluxes for Soldering Copper and Copper Alloy Tube d. B 828 — Practice for Making Capillary Joints by Soldering of copper and Copper Alloy Tube and fittings e. C 1173 — Specification for Flexible Transition Couplings for underground Piping Systems f. D 1785 — Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 g. D 2564 — Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping systems 15015-1 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 h. D 2672 — Specification for Joints for IPS PVC Pipe Using Solvent Cement i. D 2846 — Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Hot- and Cold -Water distribution Systems j. D 2855 — Practice for Making Solvent -Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings k. D 3139 — Specifications for Joints for Pressure Pipes Using Flexible Elastomeric Seals I. D 3212 — Specification for Joints for Drain and Sewer Pipes using Flexible Elastomeric Seals m. E 814 Test Method for Fire Tests of Through -Penetration Fire Stops n. F 402 — Practice for Safe Handling of Solvent Cements, Primers, and Cleaners Used for Joining thermoplastic Pipe and Fittings o. F 656 — Specifications for Primers for Use in Solvent Cement Joints of Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings p. F 493 — Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings 3. American Society of Mechanical Engineers (ASME): a. A13.1 Scheme for Identification of Piping Systems b. B1.20.1 Pipe Threads, General Propose, Inch c. B16.21 Nonmetallic Flat'Gaskets for Pipes Flanges d. B18.2.1 Square and Hex Bolts and Screws, Inch Series 4. American Welding Society (AWS): a. A5.8 Specification for Filler Metals for brazing and Braze Welding. b. D1.1 Structural Welding Code Steel c. D10.12 Guide for Welding Mild Steel Pipe 5. American Waterworks Association (AWWA): a. C110 — Standard for Ductile -Iron and- Gray -Iron Fittings, 3 In. Through 48 In. (76 mm Through 1,219 mm) for Water b. C219 — Standard for Bolted, Sleeve -Type Couplings for Plain -End Pipe 6. National Science Foundation (NSF): a. NSF/ANSI 61 — Drinking Water Components — Health Effects B. Definitions: 1. Ferrous Metal: Iron, steel, stainless steel, and alloys with iron as principal component. 2. Nonmetallic: PVC, CPVC, PE, HDPE, and FRP. 3. Nonferrous Metals: Copper 4. Wetted or Submergence: a. Submerged, or less than one foot above the maximum liquid surface of water holding structures. b. Below top of channels, under cover of slabs of channels or tanks. c. In other damp or covered locations (e.g., vaults, wetwells, utility corridors, etc.) 5. Exposed or Atmospherically Exposed Piping: All piping exposed to the atmosphere (not buried, submerged, or embedded). This designation includes insulated piping inside chases, or piping hidden from view. 6. Texas Administrative Code (TAC):. a. Chapter 317 —Design Criteria for Sewerage Systems b. Chapter 290 Subchapter D — Rules and Regulations for Public Water Systems c. Chapter 210 - Use of Reclaimed Water 15015-2 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 1.4 SYSTEM DESIGN DESCRIPTION "► A. General: 1. The Drawings and Specifications are not all inclusive of explicit piping details; provide piping in accordance with the laws and regulations and intended use, including: a. Power Plant Piping: ANSI/ASME B31.1 Code. b. Building Service Piping: ANSI/ASME B31.9 Code, as applicable. c. Sanitary Building Drainage and Vent Systems: ICBO/APMO Uniform Plumbing Code. 2. Buried Piping: Provide to be suitable for design conditions as follows: a. H2O-S16 traffic load (AASHTO Standard Highway Specifications for Bridges) with 1.5 impact factor. b. Piping both with and without internal pressure. 3. Pressure Testing and Disinfection of Pipelines: Refer to Division 15 Section "Field Testing of Plant and Station Piping Systems" for testing of gravity and pressure piping systems; the disinfection- of potable water systems; and to the individual piping system Sections for specific requirements. B. Design Requirements: 1. The configuration and layout of various piping systems are shown in the Drawings. The types of pipe and joints, and embedment (if buried) to be used for each system are shown on the drawings or included in the appropriate specification Sections. 2. In certain locations, pipe supports, anchors, and expansion joints have been indicated on the drawings, but no attempt has been made to indicate every pipe support, anchor, and expansion joint. 3. It shall be the CONTRACTOR'S responsibility to provide a complete system of pipe v supports, to provide expansion joints, and to provide restraints and anchor all piping, in accordance with the requirements set forth herein. Additional pipe supports may be required adjacent to expansion joints, couplings, or valves. 4. Pipe and fittings shown on yard piping drawings are general in nature. CONTRACTOR shall determine exact lengths and fittings required and make field adjustments necessary to complete piping and avoid conflicts. 5. Changes to the plan and profile of piping shall be submitted to ENGINEER for approval. C. Restrained Pipe and Fitting Joints, Buried Piping: 1. Restrained joints shall be used for a sufficient distance from each bend, tee, elbow, plug, or other fitting to resist thrust that will develop at the design pressure. 2. CONTRACTOR shall provide restraint length calculations in accordance with AWWA M41 based on the laying conditions, soil conditions, depth of cover, and pressures to determine the number of restrained joints that will be required. 3. For the purposes of thrust restraint, design pressures shall be the working pressure shown, plus the additional surge allowance for potable water, service water, and pump discharge piping. The design pressure shall be 1.5 times the design test pressure indicated for all other piping. 1.5 SUBMITTALS A. Product Data: Submit product data on each product item to be installed. 15015-3 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 B. Shop Drawings: Provide shop drawings for piping systems, organized by plant areas or individual piping systems. Prepare drawings to scale (1/4-inch = 1 foot 0 inch minimum), with the following information: 1. Type of piping including materials, fittings, weights, linings, and coatings. A code or key to product data sheet may be used. 2. Location and type of joints, fittings, taps, supports, restraint systems, kickers, and blocking (as applicable). Identify by catalog number or shop drawing detail number. 3. Provide information on interior linings and exterior coatings. 4. Identify the exact number of restrained joints, as well as the length of restrained joint piping for pressure buried piping. C. Specials: Provide fabrication drawings for specials including fabricated fittings, wall pipes, and wall sleeves. Show dimensions and materials of construction. D. Before starting fabrication, CONTRACTOR shall provide ENGINEER with pipe design calculations, the proposed engineered hanger and support systems, and specials, which shall incorporate the following information: 1. Laying plan identifying all restrained joints, details of standard pipe section, special fittings, pipe supports, and bends. 2. Piping components shall be numbered or otherwise sequence designated. 3. Outlets and bends shall be made up into special lengths so that, when installed, they will be located as indicated. 4. Each pipe and fitting shall be marked indicating class of pipe and location number in pipe laying plan. Markings shall be coded to the Shop drawings. E. Quality Control Submittals: 1. Welding certificates. 2. Field Test Reports: For each pressure testing of piping systems and field-testing specified in other piping systems sections. 3. Affidavits: a. Manufacturer's Certificate of Compliance with reference standards. b. Laboratory Testing Equipment: Certified calibrations, manufacturer's product data and test procedures. c. Certified welding inspection and test results. 1.6 QUALITY ASSURANCE A. Steel Support Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code." B. Steel Piping Welding: Qualify processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. 3. Welding procedures and testing shall comply with ANSI B31.1.0, "Standard Code for Pressure Piping, Power Piping," and the AWS Welding Handbook. 4. Soldering and Brazing Procedures shall conform to ANSI B9.1, "Standard Safety Code for Mechanical Refrigeration." C. Comply with ASME A13.1 for lettering size, length of color field, colors, and viewing angles of identification devices. 15015-4 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 1.7 DELIVERY, STORAGE, AND HANDLING �— A. Acceptance at Site: 1. General: Comply with manufacturer's instructions for unloading, storage, and handling at Project site. 2. Delivery and Handling: a. Do not deliver piping materials to project site prior to ENGINEER'S review of required submittals. b. Unload and handle piping materials using proper material handling equipment. Use heavy canvas or nylon slings tolift pipe and fittings to protect coatings. c. Do not drop, roll, skid piping materials. d. Take such additional precautions as necessary to avoid damaging piping materials and coatings thereon. B. Storage and Protection: 1. Store piping materials in a manner that will reduce risk of damage. 2. Block piping materials to prevent rolling. 3. Protect materials from weather and sun as recommended by the manufacturer. 4. Provide factory -applied plastic end -caps on each length of pipe and tube, except for concrete, corrugated metal, hub -and -spigot, and clay pipe. Maintain end -caps through shipping, storage and handling to prevent pipe -end damage and prevent entrance of dirt, debris, and moisture. 5. Protect stored pipes and tubes. Elevate above grade and enclose with durable, waterproof wrapping. When stored inside, do not exceed structural capacity of the floor. 6. Protect flanges, fittings, and specialties from moisture and dirt by inside storage and enclosure, or by packaging with durable, waterproof wrapping. Attach -` protectors over entire gasketed surface of flanges. 7. Flexible piping shall be stored in shaded area 24-hours prior to installation. 1.8 PROJECT CONDITIONS A. Field Measurements: Verify actual dimensions of openings, construction contiguous with work, and related items by field measurements before fabrication. B. Flange Coordination: Coordinate the dimensions, hole drillings and type of flange face (flat or raised) of the flanges furnished with companion flanges of valves, pumps and equipment to be connected to or installed in the piping. C. NSF Certified: All surfaces and materials in contact with water or in contact with a chemical being added to water that is being treated for potable water use and conveyance, shall comply with the requirements of the Safe Drinking Water Act and shall conform to NSF-61. Product shall bear the mark or seal of an accredited testing laboratory. 1.9 COORDINATION A. Coordinate installation of required supporting devices and set sleeves in poured -in - place concrete and other structural components as they are constructed. B. Coordinate installation of identifying devices after completing covering and painting if devices are applied to surfaces. twr-�z.�.4- tax-..-� � car -7saa�a�+r....�,... n! .,'ems' '�'miFi=f�u3-a�'s�-3... C. Coordinate srze anc� Iocaon of concrete :bases. z Formwor,a:vreinorcernent, `and - 15015-5 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 D. Coordinate installation of piping systems with other trades; such as electrical, instrumentation, fire protection, and HVAC ducts. PART 2 - PRODUCTS 2.1 PIPING A. As specified in the various Division 15 Sections and as shown on the Drawings. B. Diameters Shown: 1. Standardized Products: Nominal Size. 2. Fabricated Steel Piping (Except Cement -Lined): Outside diameter, ASME B36.1OM. 2.2 PIPE JOINING MATERIALS A. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos free, 1/8-inch maximum thickness, unless otherwise indicated. a. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. b. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. 2. AWWA C110, rubber, flat face, 1/8 inch thick, unless otherwise indicated; and full - face or ring type, unless otherwise indicated. B. Flange Bolts and Nuts: 1. ASME B18.2.1, carbon steel, unless otherwise indicated. 2. Exposed: ASTM A307, Grade B, hex head bolts; ASTM A563, Grade A or B, hex head nut; and ASTM F436 hardened steel washers. Corten acceptable for mechanical joints. 3_ Buried: ASTM A193 or ASTM A320, Type 304 stainless steel bolts; ASTM A194, Type 304, hex head nuts/ and washers of the same material as bolts. 4. Submerged: ASTM A193 or ASTM A320, Type 316 stainless steel bolts; ASTM A194, Type 316, hex head nuts/ and washers of the same material as bolts. C. Segmented Mechanical Couplings: Provide when designated on the Drawings or as an option to flanges for above ground piping, segmented mechanical couplings may be used. 1. Housing: Ductile iron conforming to ASTM A-536, grade 65-45-12, with orange enamel coating. 2. Coupling Gasket: Grade "E° EDPM. 3. Bolts and Nuts: Heat -treated plated carbon steel, trackhead meeting physical and chemical requirements of ASTM A-449 and physical requirements of ASTM A-183. 4. Victaulic Style 77 standard flexible couplings or equivalent. D. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. E. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. F. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general - duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. ►=i 15015-6 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 G. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. H. Solvent Cements for Joining Plastic Piping: 1. CPVC Piping: ASTM F 493. 2. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. I. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. 2.3 TRANSITION FITTINGS A. Transition Fittings, General: Same size as, and with pressure rating at least equal to and with ends compatible with, piping to be joined. B. Transition Couplings NPS 1-1/2 and Smaller: 1. Underground Piping: Manufactured piping coupling or specified piping system fitting. 2. Aboveground Piping: Specified piping system fitting. C. AWWA Transition Couplings NPS 2 and Larger: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cascade Waterworks Mfg. Co. b. Dresser, Inc.; DMD Div. c. Ford Meter Box Company, Inc. (The); Pipe Products Div. d. JCM Industries. e. Smith -Blair, Inc. 14ftole f. Viking Johnson. 2. Description: AWWA C219, metal sleeve -type coupling for underground pressure piping. D. Plastic -to -Metal Transition Fittings: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Spears Manufacturing Co. 2. Description: CPVC and PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent - cement -joint or threaded end. E. Plastic -to -Metal Transition Unions: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Colonial Engineering, Inc. b. NIBCO INC. c. Spears Manufacturing Co. 2. Description: CPVC and PVC four-part union. Include brass or stainless -steel threaded end, solvent -cement -joint or threaded plastic end, rubber O-ring, and union nut. F. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: 15015-7 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Cascade Waterworks Mfg. Co. b. Fernco, Inc. c. Mission Rubber Company. d. Plastic Oddities. 2. Description: ASTM C 1173 with elastomeric sleeve ends same size as piping to be joined, and corrosion -resistant metal band on each end. 2.4 INSULATING FLANGES, COUPLINGS AND UNIONS A. Dielectric Fittings, General: Assembly of copper alloy and ferrous materials or ferrous material body with separating nonconductive insulating material suitable for system fluid, pressure, and temperature. B. Dielectric Unions: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Capitol Manufacturing Co. b. Central Plastics Company. c. Epco Sales, Inc. d. Hart Industries, International, Inc. e. Watts Water Technologies, Inc. f. Zum Plumbing Products Group; Wilkins Div. 2. Description: Factory fabricated, union, NIPS 2 and smaller. a. Pressure Rating: 150 psig minimum at 180 deg F unless otherwise specified. b. End Connections: Solder -joint copper alloy and threaded ferrous; threaded ferrous. C. Dielectric Flanges: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Capitol Manufacturing Co. b. Central Plastics Company. c. Epco Sales, Inc. d. Watts Water Technologies, Inc. 2. Description: Factory -fabricated, bolted, companion -flange assembly, NPS 2-1/2 to NIPS 4 and larger. a. Pressure Rating: 150 psig minimum unless otherwise specified. b. End Connections: Solder -joint copper alloy and threaded ferrous; threaded solder -joint copper alloy and threaded ferrous. D. Dielectric -Flange Kits: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Central Plastics Company. d. Pipeline Seal and Insulator, Inc. 15015-8 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 2. Description: Non -conducting materials for field assembly of companion flanges, NPS 2-1/2 and larger. a. Pressure Rating: 150 psig minimum unless otherwise specified. b. Gasket: Neoprene or phenolic. c. Bolt Sleeves: Phenolic or polyethylene. d. Washers: Phenolic with steel backing washers. E. Dielectric Couplings: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Calpico, Inc. b. Lochinvar Corporation. 2. Description: Galvanized -steel coupling with inert and noncorrosive, thermoplastic lining, NPS 3 and smaller. a. Pressure Rating: 300 psig at 225 deg F unless otherwise specified. b. End Connections: Threaded. F. Dielectric Nipples: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Perfection Corporation. b. Precision Plumbing Products, Inc. c. Victaulic Company. 2. Description: Electroplated steel nipple with inert and noncorrosive, thermoplastic lining. a. Pressure Rating: 300 psig at 225 deg F unless otherwise specified. b. End Connections: Threaded or grooved. 2.5 CONNECTORS AND COUPLINGS A. General: Unless otherwise specified; 1. Type 304 stainless steel bolts, fasteners, tie rods and accessories are required for connectors intended for buried, wetted, or submerged service. 2. Carbon steel bolts, fasteners, tie rods and accessories are required in exposed atmospheric service. Coat items in accordance with Division 9 Section "Painting and Protective Coatings." B. Elastomer Bellows Connector: 1. Type: Fabricated spool, with single filled arch. 2. Materials: Nitrile tube and neoprene cover. 3. End Connections: Flange, 125-lb ANSI B16.1 standard, with elastomeric face and steel retaining rings. 4. Working Pressure: 190 psig minimum, size 12-inch and smaller. 5. Thrust Restraint: Manufacturer designed control rods, fasteners, and accessories to limit travel of elongation and compression. 6. Manufacturers and Products: a. Garlock; Style 204 b. Goodall rubber Co. c. General Rubber Corp. C. Flexible Type Couplings (Steel and Stainless Steel Pipe): 15015-9 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 1. Design: Provide thrust ties across flexible couplings. 2. Body and Middle ring: Carbon, Type 304, or Type 316. 3. Followers: Ductile iron, malleable iron, Type 304, or Type 316. 4. Bolts: Carbon steel, Type 304 or 316 stainless steel. 5. Gaskets: EDPM 6. Materials of construction of coupling, closure plates, end rings, and fasteners to match piping materials on which coupling is employed, as well as whether it is exposed, wetted or submerged service. 7. Manufacturer and Product: a. Dresser; Style 128 b. Smith -Blair; Style 912 D. Split Sleeve Couplings (Steel and Stainless Steel Pipe): 1. Design: Double arch, with built-in thickened shoulders. Full joint restraint achieved for two times test pressure by weld -on end rings. Closure plates and sealing pad integral with coupling. 2. Gaskets: EDPM 0-ring style. 3. Joint Deflection: Up to 2 degree. 4. Carbon steel metal components to have factory -applied fusion bonded epoxy coating (7 MDFT). 5. Materials of construction of coupling, closure plates, end rings, and fasteners to match piping materials on which coupling is employed, as well as whether it is exposed, wetted or submerged service. 6. Manufacturer and Product: Victaulic, Inc.,; Depend-O-Lok Model FxF, Type 2 Coupling, or equal. E. Flanged Coupling Adapters (FCA) (Ductile Iron and Steel Pipe): 1. Design: Provide thrust across flexible coupling adapters. 2. Body: Carbon steel conforming to AWWA C207. 3. Flange: AWWA C207 or ANSI Standards. 4. Bolts: Carbon steel, Type 304 or 316 stainless steel. 5. Gaskets: EDPM. 6. Carbon steel metal components to have factory -applied coating (7 MDFT). 7. Materials of construction of coupling, closure plates, end match piping materials on which coupling is employed, a exposed, wetted or submerged service. 8. Manufacturer and Product: a. Dresser; Style 128 b. Smith -Blair; Style 912 fusion bonded epoxy rings, and fasteners to s well as whether it is F. Wedge Action Restraints (Ductile Iron and PVC Pipe): 1. Design: Wedges and wedge actuating components are incorporated into the design of the follower gland. 2. Material: Ductile iron, ASTM A536, Grade 65-45-12; wedges BHN 370 minimum. 3. Nuts: Designed with torque -limiting twist -off nuts, exposing a bolt head sized to permit adjustment and removal of joint restraint. 4. Chemical and nodularity test shall be performed as recommended by Ductile Iron Society on a per ladle basis. 5. Traceability: Provide material traceability records. 6. Coating: a. Wedge Assembly: Two coats of liquid Xylan fluoropolymer, heat cured. 15015-10 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 b. Casting Body: Polyester based powder, electrostatically cured, providing corrosion, impact and UV protection. 7. Approvals: a. Ductile Iron Pipe Restraints: 1) Underwriters Laboratories: Size 3-inch through 24-inch. 2) Factory Mutual: Size 3-inch through 12-inch. b. PVC Pipe Restraints: 1) Underwriters Laboratories: Size 4-inch through 12-inch. 2) Factory Mutual: Size 4-inch through 12-inch. 3) Size 4-inch through 24-inch comply with ASTM F1674. 8. Manufacturer and Product: a. Ductile Iron Pipe: EBAA Iron Megalug 1100 series. b. PVC Pipe: EBAA Iron Megalug 2000 PVC series. 2.6 PIPE SLEEVES applied and heat A. Mechanical sleeve seals for pipe penetrations: 1. Pipe to wall/casing penetration closures shall be modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between pipe or conduit and wall/casing opening. Once expanded, the mechanical seal shall provide a watertight seal. 2. Elastomeric element size and material shall be selected per manufacturer recommendations. Assemble with ASTM A276, Type 316 stainless steel bolts and nuts. 3. Pressure end plates shall be either Type 316 stainless steel or manufactured glass reinforced plastic, with a minimum tensile strength of 27,000 psi. 4. Sized: According to manufacturer's recommendations for the size of pipe shown; provide a watertight seal between pipe and wall sleeve opening. 5. Available Manufacturers: a. Advance Products & systems, Inc. (Innerlynx) b. Pipeline Seal & insulator, Inc. (Link -Seal) of to B. Galvanized -Steel Sheet Sleeves: 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint. C. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized, plain ends. D. Cast -Iron Sleeves: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. E. Molded PVC Sleeves: Permanent, with nailing flange for attaching to wooden forms. F. PVC Pipe Sleeves: ASTM D 1785, Schedule 40. G. Molded PE Sleeves: Reusable, PE, tapered -cup shaped and smooth outer surface with nailing flange for attaching to wooden forms. H. Insulated and Encased Pipe Sleeve: Conforming to Pipe Shields, Inc.; Models WFB<WFB-CS and —CW Series, as applicable. Seepage Ring: Provide a seepage ring in middle of wall sleeve as follows: 1. 3/16-inch minimum thickness, centered between sleeve ends for water stoppage on sleeves located in exterior or water bearing walls. 2. Outside Diameter: 3-inches grater that pipe sleeve outside diameter. 15015-11 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 3. Continuously fillet weld on each side all around. 2.7 EXPANSION JOINTS A. Elastomer Bellows: 1. Type: Reinforced, molded wide -arch. 2. End connections: Flanged, 125-lb ANSI B1.1 standard, with Type 304 stainless steel retaining rings. 3. Washers: Over the retaining rings to provide a leak proof joint under test pressure. 4. Thrust Protection: Manufacturer designed and. supplied control rods, fasteners, and accessories to protect bellows from overextension at test pressures. 5. Tube and Bellows Arch Lining: EDPM. 6. Rated Temperature: 250°F. 7. Rated Deflection and Pressure: a. Lateral Deflection: 3/4-inch minimum. b. Burst Pressure: four times rated pressure. c. Compression Deflection at Minimum Pressure: 1/2-inch at 250 psig. 8. Manufacturer and Product: a. Holz Rubber Company, Inc. b. Mercer Rubber Co.; Series 500 c. General Rubber Corp. d. Goodall Rubber Co. 2.8 LININGS AND COATINGS A. Interior Pipe Linings: Prepare, prime, and finish pipe interior in accordance the applicable piping system Division 15 Sections. B. Exterior coatings: Prepare, prime, and finish pipe interior in accordance the applicable piping system Division 15 Sections. 23 i ,y... .gam. ,� � _ _ ., s •� �,nsr,- a-r. 3. >, A. �cbM a cordance vinth Dtvision 10 Section 1095 :Iclentifcafion Stencibng;ndTaggmg. 2.10 FIRESTOPPING A. Voids between sleeves or core -drilled openings and pipe or conduit passing through fire rated assemblies shall be fire stopped to comply with requirements of ASTM E 814. PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. CONTRACTOR shall be responsible for, develop, and comply with the trench safety plan and a confined space entry plan in accordance with Division 2 Section "Excavation and Support Protection." B. CONTRACTOR shall provide a dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades complying with the requirements of Division 2 Section °Dewatehng.° 15015-12 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 C. Excavation, trenching and backfilling of trenches for buried utilities shall comply with the requirements of Division 2 Section "Excavation and Backfill for Large Diameter Pipe." D. Install all piping systems in accordance with the Drawings, Specifications, reviewed shop drawings and manufacturer's installation instructions. Pipe and fitting materials shall comply with the individual Division 15 piping system sections. E. Examine all piping materials prior to installation and replace items that are damaged or otherwise defective. F. Thoroughly clean inside of all piping, valves, and accessories, and outside of all materials which will be exposed. Clean before installation and maintain in that condition until accepted by OWNER. G. Provide secure temporary caps or plugs over all pipe openings at the end of each day to prevent foreign material from entering the piping systems. Brace pipe to prevent it from floating. H. Do not modify structures, equipment, or piping for the purpose of installing piping unless specifically authorized by the ENGINEER. All piping systems shall be cleaned and tested prior to making connections at structures and to existing pipe systems. Small diameter pipes shall be flushed and large diameter pipes shall have mandrels pulled or other acceptable verification furnished that pipes are clean and no construction debris remains. Temporary blocking and forms used to grout inverts and blockouts shall be removed and manholes and pipes shall be tested before payment will be approved for the last 10 percent of the respective pipe pay estimate items.. 3.2 PIPING FLEXIBILITY PROVISIONS A. General: Install flexible couplings to facilitate installation of piping, connections to equipment and pumping units, and to permit disassembly of valve, instrumentation components in accordance with approved Shop Drawings. B. Flexible Joints at Concrete Backfill or Encasement: Install within 18-inches from the termination of any concrete backfill or encasement. C. Flexible Joints at Concrete Structures: 1. Install 18-inches or less from the face of structure; joint may be flush with face. 2. Install a second flexible joint, whether shown or not: a. Pipe Diameter 18-Inches and Smaller: Within 18-inches of the first flexible joint. b. Pipe Diameter Larger Than 18-Inches: Within one pipe diameter of the first flexible joint. 3.3 DIELECTRIC FITTING APPLICATIONS A. Dry Piping Systems: Connect piping of dissimilar metals with the following: 1. NPS 2 and Smaller: Dielectric unions. 2. NPS 2-1/2 to NPS 12: Dielectric flanges or dielectric flange kits. B. Wet Piping Systems: Connect piping of dissimilar metals with the following: 1. NPS 2 and Smaller: Dielectric couplings. 2. NPS 2-1/2 to NPS 4: Dielectric nipples. 3. NPS 2-1/2 to NPS 8: Dielectric nipples or dielectric flange kits. 15015-13 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 4. NPS 10 and NPS 12: Dielectric flange kits. 3.4 PIPING INSTALLATION A. Install piping according to the following requirements and Division 15 Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on the Coordination Drawings. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping to permit valve servicing. E. Install piping at indicated slopes. F. Install piping free of sags and bends. G. Install fittings for changes in direction and branch connections. H. Select system components with pressure rating equal to or greater than system operating pressure. I. Sleeves are not required for core -drilled holes. J. Permanent sleeves are not required for holes formed by removable PE sleeves. K. Penetrations: Install sleeves for pipes passing through concrete and masonry walls and concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of equipment areas or other wet areas 2 inches above finished floor level. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. a. Steel Pipe Sleeves: For pipes smaller than NPS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum -board partitions. 3. Watertight Penetrations; a. Provide wall pipes with thrust collars. b. Provide taps for stud bolts in flanges set flush with wall face: 4. Non -Watertight Penetrations: a. Pipe sleeves with seep ring or modular mechanical seal. b. Sleeves are not required for core -drilled openings. 5. Existing Walls: Core -drilled openings and use modular mechanical seal. 6. Caulk all sleeves water and air tight. Seal annular space between pipe and sleeve with fire stopping compound. L. Verify final equipment locations for roughing -in. M. Refer to equipment specifications in other Sections for roughing -in requirements. N. Isolation Valves: Provide piping systems with line size shutoff valves located at risers, at main branch connections to mains for all equipment, and at other locations as indicated and required. 15015-14 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 O. Vent and Drain Valves: ..ol 1. Pipe 2-1/2 Inch Diameter and Larger: 3/4-inch vent, 1-inch drain, unless otherwise shown. 2. Pipe 2-inch and Smaller: 1/2-inch vent. 3/-inch drain, unless other wise shown. 3. Install vent and drain valves at low points (drains) and high point (vents) of piping systems so that these systems can be entirely drained and vented. Provide line size ball valves for all vents and drains. P. Gravity drain systems beneath slabs shall be ductile iron, except for chemical drains, unless shown specifically on Plans. Encase all piping beneath slabs. Q. Install cleanouts on sludge piping so that all runs between bends may be accessed and at intervals not exceeding 250 feet on straight runs. R. All bolts and fasteners on buried or submerged fittings and valves shall be Type 304 stainless steel. S. Provide taps and connections for flushing, testing, and disinfecting pipeline systems. T. Provide taps or weld-u-lets with stainless steel ball valves and piping at all high points in the piping systems for addition of air valves. 3.5 PIPING JOINT CONSTRUCTION A. General: 1. Join pipe and fittings according to the following requirements and Division 2 Sections specifying piping systems. 2. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. 3. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings `r before assembly. B. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. C. Welded Joints: Construct joints according to AWS D10.12, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. D. Push -on Joints: 1. Comply with the recommendations of the pipe manufacturer relative to gasket installation and other jointing operations. 2. Prepare pipe ends by removing from bell and spigot ends all lumps, blisters, excess coal -tar coatings, oil and grease, then wire brush and wipe clean and dry before laying pipe. 3. Install ring gasket and, when seated, apply thin film of lubricant to inside surface of gasket. 4. Set spigot, applying lubricant as necessary, aligning with bell and contacting gasket. 5. Pipe 6 inches and smaller may be driven with a bar lever on end of pipe. 6. For larger pipe, use only approved ratchet -type jacking tool to pull pipe "home." ..or E. Flanged Joints: 15015-15 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 1. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical prestressing of flanges, pipe and equipment. Align bolt holes to N%W01 straddle the vertical, horizontal or north -south center line. Do not exceed 3/64-inch per foot of inclination of the flange face from true alignment. 2. Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. 3. Use bolts, nuts, and washers of the designated material for service conditions. Tighten bots progressively to prevent unbalance stress. Draw bolts tight to ensure proper seating of gaskets. Use suitable lubricants on bolt threads. F. Mechanical Joints: 1. Assemble in accordance with manufacturer's instructions. Remove all foreign matter from pipe ends, gaskets, and fittings before installation. 2. Wash ends of pipe, gaskets, and fittings with soapy water before assembly. 3. If effective sealing is not obtained, disassemble joint and clean and reassemble. Over tightening bolts to compensate for poor installation practice will not be permitted. 4. Mechanical joints shall be suitably restrained to prevent movement. G. Mechanical Couplings, Rigid: 1. Install per manufacturer's instructions. Pipe ends shall be clean and smooth. 2. Space between pipe ends shall be at least 1/4-inch, but not more than one inch. H. Flexible Couplings and Flanged Coupling Adapters: 1. Install per Drawings and in accordance with manufacturer's instructions at locations to facilitate removal of equipment, valves, and other elements. 2. All flexible couplings and flanged couplings shall be restrained. I. Grooved Joints: Assemble joints with grooved -end pipe coupling with coupling N%mv, housing, gasket, lubricant, and bolts according to coupling and fitting manufacturer's written instructions. J. Soldered Joints: Apply ASTM B 813 water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy (0.20 percent maximum lead content) complying with ASTM B 32. K. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. L. Pressure -Sealed Joints: Assemble joints for plain -end copper tube and mechanical pressure seal fitting with proprietary crimping tool to according to fitting manufacturer's written instructions. M. Plastic Piping Solvent -Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. CPVC Piping: Join according to ASTM D 2846. 3. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other -than -schedule -number PVC pipe and socket fittings according to ASTM D 2855. 4. PVC Nonpressure Piping: Join according to ASTM D 2855. 15015-16 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 N. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. O. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. P. Plastic Piping Heat -Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657. 1. Plain -End PE Pipe and Fittings: Use butt fusion. 2. Plain -End PE Pipe and Socket Fittings: Use socket fusion. Q. Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. 3.6 VALVES AND VALVE BOXES A. Prior to installing valves, remove foreign matter from within the valve. Inspect valves in the open and closed position to verify that all parts are in satisfactorily working condition. B. Install valves, setting valves plumb, with operators aligned as shown on the Drawings. For buried valves, center valve boxes on valves. Carefully tamp earth around each valve box for a minimum of four.feet or to the trench face if less than four feet. 3.7 SECURING AND SUPPORTING A. Exposed Piping Systems: 1. Engineered Hanger and Support System as shown on the Drawings; and as specified herein to maintain the line and grade and prevent the transfer of stress to pumps, equipment and other related work. a. This includes the design of multiple piping supports and trapeze hangers and v the selection of appropriate hangers and anchors to the structures, buildings, and facilities. This design shall be accomplished by a professional engineer license in the state where the Project is to be constructed. 2. Reaction Anchorage and Blocking: Install suitable reaction blocking, struts, anchors, clamps, joint harness, or other adequate means for preventing movement of pipe caused by unbalanced internal liquid pressure. Pressure can be expected at tees, elbows, Y-branches, and other bends, which are installed in piping subjected to internal hydrostatic heads in excess of 15 feet in exposed piping. B. Buried Piping Systems: 1. Reaction Anchorage and Blocking: Install suitable reaction blocking, struts, anchors, clamps, joint harness, or other adequate means for preventing movement of pipe caused by unbalanced internal liquid pressure. Pressure can be expected at unlugged tees, Y-branches and bends deflecting 11-114 degrees or more, which are installed in piping subjected to internal hydrostatic heads in excess of 30 feet in buried piping. 2. Restrained Joints: a. Unless otherwise indicated on the Drawings, the CONTRACTOR shall provided restrained pipe joints and fittings in accordance with Part 1 Project Requirements. b. All fittings shall be restrained using restrained joint pipe and fittings for a sufficient length to resist the internal hydrostatic pressures. c. Restrained push -on pipe and fittings shall be capable of being deflected after assembly. 15015-17 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 d. The design for restrained joints, including the length necessary to resist the design thrust and the approval of the fill material and compaction method, shall be performed and sealed by a professional engineer license in the state where the Project is to be constructed. e. The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table and the coefficient of friction shall be reduced to 0.25. f. Bends and Appurtenances: 1) Provide restrained at all bends. 2) Horizontal changes in pipe direction may be accomplished without the use of direction -changing fittings. Controlled horizontal longitudinal bending using deflected joints may be used and shall not exceed 50 percent of the manufacturer's written recommendations. 3) Vertical changes in pipe direction may be accomplished without the use of directional -changing fittings which require vertical thrust blocking and/or joint restraint. Controlled vertical longitudinal bending shall be accomplished using deflected joints, resulting in a circular pipe arc where joints do not require. restraint. Joint deflections shall not exceed 50 percent of the manufacturer's written recommendations. 4) Valves, hydrants, and fittings shall be supported by a concrete block or concrete cradle. The weight of these items shall not be supported by the pipe. 3. Concrete Thrust Blocking: a. When specified on the Drawings or with written approval from the ENGINEER, provide concrete thrust blocking between the fitting and solid, undisturbed ground. b. In the event that adequate support against undisturbed ground cannot be obtained, install metal harness anchorages consisting of steel rods or bolts across the joint and securely anchored to the pipe and fittings, or other adequate anchorage facilities. 3.8 CORROSION PROTECTION A. Provide corrosion protection for all steel clamps, rods, bolts, and other metal accessories used in reaction anchorages or joint harness where subject to submergence or contact with earth or other fill material and not encased in concrete. Apply not less than two coats of coal -tar mastic coating material to clean, dry metal surfaces. Allow first to dry prior to application of second coat. 3.9 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Install dielectric fittings at connections of dissimilar metal pipes. B. Connections with Existing Piping: 1. Field verify all dimensions, sizes, configuration and related items on all existing piping to which connections are to be made. 15015-18 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 2. Connections between new work and existing piping shall utilized suitable fittings for the conditions encountered. 3. Each connection with an existing pipe shall be made at a time under conditions which will least interfere with service to the OWNER or to customers, and as authorized by the OWNER. Provide notification 48 hours in advance prior to making connections. C. Pipe Connections: 1. Piping connections shall be of the type indicated on the Drawings or in the Piping Schedule. 2. Field -welded joints will be permitted only when indicated on the Drawings and will require approval of the ENGINEER. 3. Field -welded joints will only be permitted at locations where the interior coatings can be repaired and inspected. 4. Additional flanged, compression sleeve or grooved end couplings may be added by the CONTRACTOR to facilitate fabrication, handling, transportation and field assembly at no additional cost. 3.10 EQUIPMENT INSTALLATION A. Install equipment level and plumb, unless otherwise indicated. B. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference with other installations. Extend grease fittings to an accessible location. C. Install equipment to allow right of way to piping systems installed at required slope. 3.11 PAINTING A. Painting of piped utility systems, equipment, and components is specified in Division 9 Painting Sections. B. Damage and Touchup: Repair marred and damaged factory -painted finishes with materials and procedures to match original factory finish. 3.12 IDENTIFICATION A. Piping Systems: Install pipe markers on each system. Include arrows showing normal direction of flow. 1. Plastic markers, with application systems. Install on insulation segment if required for hot non -insulated piping. 2. Locate pipe markers on exposed piping according to the following: a. Near each valve and control device. b. Near each branch, excluding short takeoffs for equipment and terminal units. Mark each pipe at branch if flow pattern is not obvious. c. Near locations where pipes pass through walls or floors or enter inaccessible enclosures. d. At manholes and similar access points that permit view of concealed piping. e. Near major equipment items and other points of origination and termination. B. Buried Piping System Identification: 1. Buried water piping systems shall have marking tape installed approximately 12- inches above the pipe in accordance with Division 2 Section "Excavation, Trenching, and Backfilling for Utilities." 15015-19 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 2. Install detectable warning tape above non-metallic pipelines. C. Equipment: Install engraved plastic -laminate sign or equipment marker on or near each major item of equipment. 1. Lettering Size: Minimum 1/4 inch high for name of unit if viewing distance is less than 24 inches, 1/2 inch high for distances up to 72 inches, and proportionately larger lettering for greater distances. Provide secondary lettering two-thirds to three -fourths of size of principal lettering. 2. Text of Signs: Provide name of identified unit. Include text to distinguish among multiple units, inform user of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. D. Adjusting: Relocate identifying devices that become visually blocked by work of this or other Divisions. 3.13 CONCRETE BASES A. Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project. 1. Construct concrete bases of dimensions indicated, but not less than 4 inches larger in both directions than supported unit. 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around the full perimeter of base. 3. Install epoxy -coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Install anchor bolts to elevations required for proper attachment to supported equipment. 6. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 7. 11se3000 psrT28 day compressive sirengtf concrete and reinforcement as $pedcifiec�: in Divisronw3 Section "03300 Castm Place Concrete." 3 1- 41 IDENTIFICATION A. Iderlf� system components, wiring, cabUng,;and terminalsComply with requirements for identificato'n specified rn Dlvislon 10'Secti6n 10952.aldentiii6ation,..Ste_nciling, and Tagging' and Division 16 Seddon „'1.6075 "Electrical= Identification." 3.15 CONNECTIONS TO EQUIPMENT FURNISHED BY OTHERS A. Provide service connections to equipment furnished by others, utilizing equipment shop drawings furnished for indicating type, number and location of connecting points. As part of the work, field adjustments as to the type, number, and location may be required. This is considered part of the Work. 1. Roughing -In: Extend service connections to various items of equipment. Temporarily terminate at proper points as indicated on the shop drawings furnished or as directed. 2. Final Connections: Provide items, such as pipe, fittings, adapters, valves, insulation, and other materials, required to connect equipment from the rough -in locations. 3. Valves: Provide cut-off valve for each service at rough -in locations, except drains. 15015-20 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 3.16 CLEANING OF PIPING SYSTEMS .wool A. Clean piping systems thoroughly. Purge pipe of construction debris and contamination before placing the system in service. Provide temporarily connections required for cleaning, purging and circulation. B. Install temporary strainers in front of pumps, -tanks, solenoid valves, control valves, and other equipment where permanent strainers are not indicated. Keep these strainers in service until the equipment has been tested, then remove either entire strainer or straining element only. Fit strainers with line size blow off valve. C. Circulate a chemical cleaner in chilled, heating and condensing water systems; and steam and condensing piping systems to remove mill scale, grease, oil, and silt. Circulate for 48-hours, flush system and replace with clean water. Dispose of chemical solution in accordance with local ordinances. The type and quantity of cleaning chemicals shall be as recommended by the supplier for the service. 3.17 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Tests and Inspections: 1. Lined carbon steel pipe and fittings shall be inspected by the CONTRACTOR after installation to ensure linings are intact in accordance with the piping system section and shall certify to that effect. a. Pipe 24-Inches and Smaller: Engage an inspection organization to video inspect pipe and report findings. 2. Pressure test piping systems in accordance with Division 15 Section 15070 "Field �.r Testing of Piping Systems." 3. Additional field-testing shall be as described in the individual piping systems sections of Division 15. C. The piping system component(s) will be considered defective if it does not pass tests and inspections. D. Prepare test and inspection reports. 3.18 SUPPLEMENTS A. Piping Schedule shall either be as shown on the Drawings or after the 'END OF SECTION." END OF SECTION 15015-21 September 2009 PIPING SYSTEMS -BASIC MATERIALS AND METHODS 0318-042-01 .,.i SECTION 15020 RESTRAINED JOINTS PART 1 - RESTRAINED JOINTS FOR RCCP Unless otherwise indicated on the drawings, the CONTRACTOR shall use mechanically restrained pipe joints and fittings in lieu of concrete thrust blocking, in accordance with restraint design. All fittings shall be restrained using restrained joint pipe and fittings for a sufficient length to resist the design thrust. All joints requiring thrust restraint shall utilize a snap ring restrained joint system or an approved semi -flexible restrained joint, unless otherwise noted within or on the plans. Restrained joints within a casing pipe may be welded. For designing restrained joints, refer to the material specific pressure requirements described in the general notes of the Plans. The design for restrained joints, including the length necessary to resist the design thrust and the certified approval of the fill material and compaction, shall be performed and sealed by a Texas Registered Professional Engineer, obtained by the CONTRACTOR. CONTRACTOR shall bear all costs for the design and will not receive reimbursement from the OWNER. The length of pipe with restrained joints to resist thrust forces shall be determined in accordance with Chapter 9 of the AWWA M-9 manual and in accordance with the following minimum requirements: 1. The weight of earth (We) shall be calculated as the weight of the projected soil column above the pipe. 2. Soil Density: 110 Ibs/ft3. 3. Coefficient of Friction: 0.3. 4. All backfill above the pipe springline shall be compacted to a minimum of 85 percent standard density (AASHO T-99) in areas where pipe joints are restrained. The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table and the coefficient of friction shall be reduced to 0.25. 15020-1 February 18, 2009 RESTRAINED JOINTS FAprojects\0318\042-01 \Specs\Part 2\Tech\Division 15\15020 Restrained Joints.doc 0318-042-01 PART 2 - RESTRAINED JOINTS FOR DUCTILE IRON PIPE All designated fittings shall be restrained using restrained joint pipe and fittings for a sufficient length to resist the design thrust. When joint restraint for an 8-inch through 42-inch push -on joint pipe installation is required and indicated in the project plans or specifications, restrained push -on joint pipe and fittings utilizing ductile iron components shall be provided. Restrained joint pipe shall be ductile iron manufactured in accordance with the requirements of ANSI/AWWA C151/A21.51. Push -on joints for such pipe shall be in accordance with ANSI/AWWA C111/A21.11. Pipe thickness shall be designed in accordance with ANSI/AWWA C150/A21.50, and shall be based on laying conditions and internal pressures as stated in the project plans and specifications. All restrained joints shall consist of shop -fabricated restrained joints and shall be U.S. Pipe TR FLEX, American LOK-Ring, or equivalent. Restrained joint fittings shall be ductile iron in accordance with applicable requirements of ANSI/AWWA C110/A21.10 with the exception of the manufacturer's proprietary design dimensions. Push -on joints for such fittings shall be in accordance with ANSI/AWWA C111/A21.11. Fittings shall be U.S. Pipe TR FLEX, American LOK-Ring fittings, or equivalent. Torque activated means of restraint will not be allowed. Cement mortar lining and seal coating for pipe and fittings, where applicable, shall be in accordance with ANSI/AWWA C104/A21.4. Bituminous outside coating shall be in accordance %wool with ANSI/AWWA C151/A21.51 for pipe and ANSI/AWWA C110/A21.10 for fittings. For designing restrained joints, refer to the material specific pressure requirements described in the general notes of the Plans. Restrained push -on joint pipe and fittings shall be capable of being deflected after assembly. All restrained joint pipe and fittings shall be wrapped in polyethylene. END OF SECTION 15020-2 February 18, 2009 RESTRAINED JOINTS F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15020 Restrained Joints.doc 0318-042-01 SECTION 15021 PIPING SYSTEM, STEEL PIPE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Fabricated, lined and coated steel pipe, sizes 6-inch through 144-inches. B. Related Sections: 1. Section 13110 — Cathodic Protection C. Related Work: 1. This Section contains material requirements for pipe, fittings, specials, and appurtenances for the steel piping systems, as well as Part 1- General. 1.3 SYSTEM DESCRIPTION (NOT USED) 1.4 SUBMITTALS A. Submittals shall be in accordance with City of Fort Worth standards and shall include: B. Shop Drawings: 1. Prior to the creation of fabrication and laying drawings, the CONTRACTOR shall submit drawings to the ENGINEER showing nominal diameter, northing, easting, and top -of -pipe elevation at each joint location where the proposed pipe connects to the existing pipe(s). 2. Prior to the fabrication of the pipe, submit fabrication and laying shop drawings to the ENGINEER. Drawings shall include a schematic location profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. Drawings shall be based on the plans and specifications and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. Drawings shall also include full details of reinforcement, and dimensions for pipe and fittings. Details for the design and fabrication of all fittings and specials and provisions for thrust restraint shall be included. Where welded joints are required, drawings shall include proposed welding requirements and provisions for thermal stress control. 3. Shop drawings and data shall be submitted in accordance with City of Fort Worth standards to provide information as to the general character, style and manufacturer of the pipe material, coatings, linings, restrains, pipe joints, fittings, gaskets, pipe layout and appurtenances, miscellaneous items to allow the OWNER to adequately identify the materials or equipment to be incorporated into the project. Data shall be provided for all materials of construction. 15021-1 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 4. Shop drawings shall be complete to indicate where the material is to be incorporated into the project. The CONTRACTOR shall provide schedules of pipe and fittings and their use, pipe classes and other information which would %mmo, allow this material to be identified at some future date. C. Quality Control Assurance Submittals 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the pipe to be furnished complies with AWWA C200, AWWA C205, AWWA C210, AWWA C222, and these specifications. b. Copies of results of factory hydrostatic tests shall be provided to the ENGINEER. C. Mill certificates, including chemical and physical test results for each heat of steel. d. Polyurethane coating and heat shrink sleeve catalog sheets and technical information. e. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this specification. f. Certified test reports for welder certification for factory and field welds. g. Certified test reports for cement mortar tests. h. Submit certificates of compliance with referenced standards for all products specified in Part 2. Pipe systems submitted upon without the certificates of compliance shall be returned without review. 1.5 REFERENCES A. American National Standards Institute (ANSI): 1. B16.21 — Nonmetallic Gaskets for Pipe Flanges B. American International (ASTM): 1. A234 — Specification for Pipe fittings of Wrought Iron Carbon Steel and Alloy Steel for Moderate and Elevated Temperature Service 2. A307 — Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength 3. A563 — Specification for Carbon and alloy Steel Nuts 4. D1330 — Specification for Rubber Sheet Gaskets 5. F436 — Specification for Hardened Steel Washers C. American Waterworks Association (AWWA): 1. C200 — Standard for Steel Water Pipe-6 In. and Larger 2. C203 — Standard for Coal -Tar Protective Coatings and Linings for Steel Water Pipelines -Enamel and Tape -Hot -Applied 3. C205 — Standard for Cement -Mortar Protective Lining and Coating for Steel Water Pipe-4 In. and Larger -Shop Applied 4. C206 — Standard for Field Welding of Steel Water Pipe 5. C207 — Standard for Steel Pipe Flange for Waterworks Service. 4 In. Through 144 In. 6. C208 — Standard for Dimensions for Fabricated Steel Water Pipe Fittings 7. C210 — Standard for Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 15021-2 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 8. C213 — Standard for Fusion -Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines 9. C219 — Standard for Bolted, Sleeve -Type Couplings for Plain End Pipe 10. C221 — Standard for Fabricated Steel Mechanical Slip -Type Expansion Joints. 11. C606 — Grooved and Shoulder Joints D. National Science Foundation (NSF): 1. NSF/ANSI 61 — Drinking Water Components — Health Effects 1.6 QUALITY ASSURANCE A. Qualifications for Welding Work: 1. Qualify welding processes and welding operators in accordance with AWS "Structural Welding Code" D1.1, Section 5, Qualification. 2. Provide certification that all welders employed on or to be employed for the Work have satisfactorily passed AWS qualification tests within the previous 12 months. The CONTRACTOR shall ensure that all certifications are kept current. B. All surfaces and materials in contact with water, or in contact with a chemical being added to water that is being treated for potable use, shall conform to ANSI/NSF 61 and be certified by an organization accredited by ANSI, or shall meet the TCEQ requirements for contact with potable water. C. The lining shall be shop applied spun cement mortar lining. The manufacturer shall be certified under S.P.F.A. quality certification program for steel pipe and accessory manufacturing or be ISO certified. D. OWNER Testing and Inspection: 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the OWNER. Representatives of the laboratory or the ENGINEER shall have access to the work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the OWNER in writing, a minimum of two (2) weeks prior to the pipe fabrication so that the OWNER may advise the Manufacturer as to the OWNER's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to OWNER's final acceptance of the product. Pipe manufacturer shall be responsible for repairs to the lining and coating systems required as a result of OWNER testing. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow downs" or other abnormal delays. In the event that an abnormal production time is required, and the OWNER is required to pay excessive costs for inspection, then the CONTRACTOR shall be required to reimburse the OWNER for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the ENGINEER. E. Factory Testing 15021-3 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01 \Specs\Part 2\Tech\ )ivision 15\15021 Piping Systems, Steel.doc 0318-042-01 1. The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. a. Cement Mortar Lining 1) Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. b. Polyurethane Coating 1) General: The polyurethane coating shall be tested in accordance with AWWA C222. 2) Thickness: The thickness of the coating shall be tested in accordance with SSPC PA2. The coating system applied to the pipe shall be tested for holidays according to the procedures outlined in NACE RPO188 using a wet sponge holiday tester or a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness specified of 35 mil. 3) Adhesion Testing: a) Polyurethane coatings or linings shall have an adhesion to steel of 1500 pounds per square inch, minimum. b) Polyurethane coating adhesion to steel substrates shall be tested rasing pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D 4541 and AWWA C222, except as modified in this section. c) Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. d) Dollies or adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. e) Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. f) Partial substrate and glue failure will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial adhesion will be rejected as a substrate adhesion failure. g) Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. h) Adhesion tests will be conducted on polyurethane pipe coating and lining independently (where applicable) and will be accepted or rejected independently of the other. i) Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. 15021-4 .June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 j) Independent adhesion testing by a third party will be paid by ..� OWNER. If adhesion test fails Manufacturer will be responsible for cost of testing. C. Hydrostatic Pressure Testing 1) Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75% of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. 2) Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, magnetic particle test, or dye penetrant test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. d. Charpy V-Notch Test (For 0.5 inch and thicker steel wall). 1) Each heat of steel shall be tested to verify minimum impact values of 25 ft-lb at 30°F. e. Mill Certification 1) The OWNER will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. F. MANUFACTURER'S TECHNICIAN FOR PIPE INSTALLATION 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician for a period of one (1) 8-hour working day excluding travel to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the CONTRACTOR in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on -site full time; however, he shall be on -site as requested by the ENGINEER, OWNER, or CONTRACTOR. 2. The Pipe Manufacturer shall provide services of the Polyurethane Coating Manufacturer's representative and a representative from the Heat Shrink Joint Manufacturer for a period of not less than one (1) day excluding travel week at beginning of actual pipe laying operations to advise CONTRACTOR and OWNER regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink installation procedures and general construction methods and how they may affect the pipe coating. The Manufacturer's Representative shall be required to return if, in the opinion of the ENGINEER, the polyurethane coating or the CONTRACTOR's construction methods do not comply with contract specifications. Cost for the Manufacturer's Representatives to return to the site shall be at no additional cost to the OWNER. 1.7 DELIVERY, STORAGE AND HANDLING ... A. Packing: 15021-5 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an %Mw, undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie -down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until pipe is laid and set to grade and backfilled. 3. Deliver, handle, and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. B. Marking for Identification 1. Each length of pipe and each fitting shall have plainly marked on one end, the class for which it is designated, the date of manufacture, and the identification number as shown on the Shop Drawings. Beveled pipe shall be marked with the amount of the bevel. Top centerline shall be marked on all specials. 2. Pipe shall be purple in color per TCEQ Chapter 210 Regulations for reclaimed water systems. C. Point of Delivery 1. It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline, route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the CONTRACTOR shall be responsible that pipe is undamaged at the time of laying. D. All pipe ends for piping located in the treatment process shall be covered with a weather resistant cap, plug or blind flange prior to shipment, which shall remain in place until installation of the pipe. E. All pipe and fittings shall be stored at least 4 inches off the ground and shall be kept free of debris and dirt until installation. 15021-6 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part Mech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 1.8 PROJECT CONDITIONS A. Design Pressures: 1. Operating Pressure: Refer to Piping Schedule. 2. Surge Allowance: 40% of operating pressure. 3. Water Temperature: 90OF maximum. PART 2 - PRODUCTS 2.1 MATERIALS A. Exterior Polyurethane Coating 1. Polyurethane Coating shall meet the requirements of AWWA C222. Use a coating that conforms to an ASTM D 16 Type V system (2-package polyisocyanate, polyol-cured urethane coating). The components are mixed in 1:1 ratio at time of application. The components shall have balanced viscosities in their liquid state and shall not require agitation during use. The plant -applied coating shall be CORROPIPE II OMNI as manufactured by Madison Chemical Industries Inc., or equal Futura Coatings. The cured coating shall have the following properties: a. Conversion to Solids by Volume: 97% plus or minus 3%. b. Temperature Resistance: Minus 40°F and plus 130°F. C. Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC-SP10. d. Cure Time: For handling in 1 minute at 120°F, and full cure within 7 days �.. at 70°F. e. Maximum Specific Gravities: Polyisocyanate resin, 1.20. Polyol resin, 1.15. f. Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter steel ball. g. Minimum Tensile Strength: 2000 psi. h. Hardness: 55 plus or minus 5 Shore D at 70°F. i. Flexibility Resistance: ASTM D 522 using 1-inch mandrel. Allow coating to cure for 7 days. Perform testing on test coupons held for 15 minutes at temperature extremes specified above. j. Dry Film Thickness: 35 mils B. Exterior Polyurethane Coating for Specials, Fittings, Repair and Connections 1. The shop -applied and field -applied coating shall be CORROPIPE II OMNI, and GP II (E) Touch -Up, respectively, as manufactured by Madison Chemical Industries or approved equal. The shop -applied and field -applied coating shall have the properties specified in paragraph 2.01A. Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. C. Cement Mortar Linings 1. Cement mortar linings shall be shop -applied for pipe sizes 96-inch and smaller. Shop applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica sand. Curing of the linings shall conform to the requirements of AWWA C205. 15021-7 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 2. Welding shall only be performed after the lining is applied in instances when the pipe is large enough to access joints for recoating. 3. Linings for air pipe, fittings, and couplings shall be suitable for temperatures of *"101 240°F. D. Flange Nuts and Bolts 1. For exposed, non -corrosive environments, Referenced Standard: ASTM A307. 2. Grade: B. 3. Head: Hex. 4. Length: So that end extends beyond nut by at least one nominal bolt diameter. 5. Bolts, nuts, and fasteners on couplings, flanges or joints that are buried or in vaults, or manholes shall be 304 stainless steel. Buried MJ fitting bolts may be Corten. Bolts, nuts, and fasteners on submerged couplings, flanges, or joints shall be 316 stainless steel. E. Steel 1. Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully kilned and fine austenitic grain size. F. Bend Fittings 1. All bend fittings shall be short radius with multiple miter joints (four (4) joints minimum on 90° bends) unless specifically called out in the Plans. Short radius shall be defined as the radius of the bend equals the diameter of the fitting. G. Threaded Outlets 1. Where outlets or taps are threaded, furnish and install brass bushings for the outlet size indicated. H. Outlets for Weld Leads 1. The CONTRACTOR may use outlets for access for weld leads. Outlet configuration shall be bolted with gaskets after use. Outlet configuration shall be approved by the ENGINEER. Tunnel Liner Rails and Roller Plates 1. Tunnel liner rails and roller plates shall be designed, fabricated and supplied by the tunnel liner manufacturer or pipe manufacturer. Refer to Division 2 for additional tunneling requirements. Coatings for Outside of Pipe and Fittings: 1. Buried steel piping shall be polyurethane coated as specified herein. 2.2 MIXES A. Mortar for Interior Joints 1. Mortar shall be one part cement to two parts sand. Cement shall be ASTM C 150, Type I. Sand shall be of sharp silica base. Sand shall be plaster sand meeting ASTM C 35. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. 15021-8 June 2009 *".I PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steet.doc 0318-042-01 B. Mortar for Pipe Patching for Shop -Applied Cement Mortar Lining 1. Mortar for patching shall be as per interior joints. C. Bonding Agent 1. Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi -Mod, or approved equal. 2.3 MANUFACTURED PRODUCTS A. Pipe Design - For Diameters 4 Inches Only: 1. General: As specified above for smaller pipe except as specified below. 2. Type Ends: a. Flanged unless otherwise specified. See flange specification below. b. Plain end where flexible couplings or flange coupling adaptors are shown on Drawings. - B. Pipe Design - For Diameters 6 Inches and Larger: 1. Pipe Design: a. Steel pipe shall be `designed, manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure conditions (working pressure, surge pressure, and test pressure) shall be as shown on the drawings. The design pressure shall be the test pressure, and the transient plus working pressure shall include the surge pressure and working pressure. Fittings, specials, and connections shall be designed for the same pressure. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: 1) Unit Weight of Fill (W) = 130 pcf 2) Live Load = AASHTO HS 20 3) Live Load = Coopers E 80 at Railroads 4) Trench Depth = As Indicated 5) Deflection Lag Factor - (DI) = 1.1 6) Coefficient K = 0.10 7) Maximum Calculated Deflection - Dx = Dy = 2% 8) Soil Reaction Modulus - (E') _ a) 1,500 psi for Typical Trench Section with 4-15 feet of cover (Granular fill embedment) b) 3,500 psi for Typical Trench Section with over 15 feet of cover (Flowable fill embedment) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. 15021-9 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 C. Where the pipe requires additional external support to achieve the specified maximum deflection, the CONTRACTOR and pipe supplier will be v required to furnish alternate methods for pipe embedment. No additional compensation will be made to the CONTRACTOR by the OWNER where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 2. Provisions for Thrust: a. Thrust at bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressures shall be' the larger of the test pressure or the surge plus the working pressures. If no surge pressure is shown, use 1.5 times the working pressure for design. Restrained joints shall consist of welded joints. C. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the Pipe Manufacturer in accordance with AWWA M11 and the following: 1) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2) Soil Density = 110 pcf (maximum value to be used). 3) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe). 4) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: For A less than 600 L = P A sin (A /2) f (We + Wp + Ww) 15021-10 June 2009 PIPING SYSTEM, STEEL PIPE F: projects103181042-01\Specs\Part 21Tech0vision 15\15021 Piping Systems, Steel.doc 0318-042-01 For A greater than 600 L = PA(1-cos A) f(We +Wp+Ww) where: L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. A = Deflection angle We = Weight of earth Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 3. Inside Diameter a. The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Plans. 4. Wall Thickness: a. The minimum pipe wall steel thickness shall be pipe OD/230. Where indicated on the plans, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50% of the minimum yield strength of the steel, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure AWWA C200, Steel Pipe, 23,000 psi Polyurethane Coated b. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of OD/144. C. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (the larger of the test pressure or working pressure plus surge pressure). 5. Seams a. Except for mill -type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two (2) longitudinal seams. Girth seams shall be butt -welded and shall not be spaced closer than 6' except in specials and fittings. 6. Joint Length a. Maximum joint length shall not exceed 50'. Maximum joint length of steel pipe installed in casing shall not exceed 25'. C. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe 1. Heat shrink sleeves shall meet AWWA C216, as manufactured by Canusa, Rachem, or approved equal. 15021-11 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 D. Joint Bonds, Insulated Connections, and Flange Gaskets 1. All rubber gasket joints shall be bonded for electrical continuity. If cathodic protection is required, refer to Division 13. E. Bend Fittings 1. All bend fittings shall be short radius unless specifically called out on the Plans. Short eadius shall be defined as the radius of the bend equals the diameter of the fitting. 2. On pipes 24-inch diameter and smaller, mitered joints are not required; smooth rolled fittings are allowed. F. Pipe Ends Pipe ends shall be lap welded slip joint; butt strap joint; flanged joint, or flexible coupled joint. Pipe ends shall be welded at all pipe joints unless otherwise specified on the plans. 1. Lap Welded Slip Joint: a. Lap welded slip joint shall be provided in all locations for pipe larger than 60" and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one (1) end expanded in order to receive a plain end making a bell and plain end type of joint. Clearance between the surfaces of lap joints shall not exceed 1/8" at any point around the periphery. b. In addition to the provisions for a minimum lap of 1 1/2" as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1" between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. N%Uwoe C. Lap welded slip joints shall be welded from the inside for pipe diameters 42" and larger. 2. For Fittings with Flanges a. Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. 3. Flexible Couplings a. Flexible couplings shall be provided where shown in the Plans and as specified in Sections 15001 and 15080. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11. 4. Butt Strap Closure Joints a. Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. 15021-12 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 ..� G. Factory -Applied Exterior Polyurethane Coatings: 1. Applicator Qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi -part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the ENGINEER. C. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Surface Preparation: a. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC-SP1, solvent cleaning. b. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. C. In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45°F, preheat pipe to a temperature between 45 and 90°F and 5°F above dew point. d. Pipe shall be cleaned by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as specified. Recycled ..� abrasive shall be cleaned of debris and spent abrasive in an air wash separator. e. Grit and shot abrasive mixture and gradation shall be adequate to achieve a sharp angular surface profile of the minimum depth specified. f. Protect prepared pipe from humidity, moisture, and rain. Keep pipe clean, dry, and free of flash rust. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting prior to primer application. g. Priming and coating of pipe shall be completed in a continuous operation the same day as surface preparation. h. Wire wheel or blast exterior surfaces in accordance with SSPC-SP10; to a near -white metal blast cleaning with a 3.0 mil angular profile in bare steel. 3. Equipment a. Two -component, 1:1 mix ratio, heated airless spray unit. 4. Temperature a. Minimum 5°F above dew point temperature. The temperature of the surface shall not be less than 60°F during application. 5. Humidity a. Heating of pipe surfaces may be required to meet requirements of 2.01A if relative humidity exceeds 80%. 6. Resin a. Do not thin or mix resins; use as received. Store resins at a temperature above 55°F at all times. ..ow, 15021-13 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 7. Application a. Applicator shall be approved by the coating manufacturer and conform to coating manufacturer's recommendations. Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 mils. Multiple -pass, one coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. The main line pipe shall have a cutback at time of application so that there is approximately 3 inches of bare steel on either side of the future weld. The cutback area shall be abrasively blasted in the shop to facilitate easier field surface preparation. The exterior bare steel area of the pipe shall be adequately protected during pipe handling and shipment_ 8. Recoating a. Recoat only when coating has cured less than maximum time specified by coating manufacturer. When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. Blow -off cleaning using clean, dry, high pressure compressed air. 9. Curing a. Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. PART 3 - EXECUTION 3.1 INSTALLATION, CLEANING, AND TESTING A. Comply with the requirements of Division 15 Section 15001 "Plant Piping - General." B. Restrained Joints: Unless otherwise indicated on the drawings, the CONTRACTOR shall use mechanical restrained pipe joints and fittings (no thrust blocks). The length of pipe requiring thrust restraint shall be calculated as described in Chapter 13 of AWWA M-11. 1. All joints requiring thrust restraint shall be welded (buried) in accordance with AWWA C-206 or restrained with mechanical systems (exposed). 2. CONTRACTOR shall design restrained joints based on the specified pressures as shown in the Piping Schedule or Drawings and in accordance with AWWA M- 11. 3. The design for restrained joints, including the length necessary to resist the design thrust, for the embedded conditions, shall be performed and sealed by a Professional Engineer in the state where the Project is being constructed. 4. CONTRACTOR shall bear all costs for the design and will not receive reimbursement from the OWNER. C. Field Testing: Comply with the requirements of Division 15 Section 15001 "Plant Piping - General." Minimum test pressure shall be 75 psi, if not shown otherwise. D. General: 1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA M11. Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the ditch it is to be ,..i 15021-14 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of Division 2 Section "Trenching, Backfilling, and Compacting" govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Maximum allowable pipe deflection is limited to 2% in any direction for polyurethane coated steel pipe. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. E. Pipe Handling 1. Pipe shall be handled at all times with a minimum of two wide non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. F. Line Up and Bends: - 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, the CONTRACTOR shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line ..e shall not be permitted. G. Pipe Laying - Welded Joints: 1. Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe. CONTRACTOR shall provide adequate ventilation for welders and for OWNER'S Representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. External welding shall be completed before application of field applied joint coating. 2. Adequate provisions for reducing temperature stresses shall be the responsibility of the CONTRACTOR. 3. After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4. Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 5. Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6. In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8" of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the 15021-15 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01 \Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7. Welds shall be free from pin holes, non metallic inclusions, air pockets, undercutting and/or any other defects. 8. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10. Use only competent, skilled and qualified workmen. Each welder employed by the CONTRACTOR shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. 11. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12. Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests, shall be performed by the CONTRACTOR's independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the ENGINEER, at CONTRACTOR's expense. 13. If the CONTRACTOR disagrees with the ENGINEER's interpretation of welding tests, test sections may be cut from the joint for physical testing. The CONTRACTOR shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the ENGINEER before proceeding. H. Inside Joint Grouting for Pipe With Plant -Applied Mortar Lining 1. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is one inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. Exterior Joint Protection for Polyurethane Coated Steel Pipe 1. General: a. All buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. Overlapping of two ormore heat shrink sleeves to achieve the necessary width will not be permitted. 2. Heat Shrink Sleeves: a. Primer: Provide as recommended by the sleeve manufacturer. 15021-16 .June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 b. Filler Mastic: Mastic filler shall be provided for all bell and spigot and ..ro coupling type joints. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. C. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. High recovery sleeves shall be provided for bell and spigot and coupling style joints with a minimum of 50% recovery. Sleeve length shall provide a minimum of 3-inch overlap onto intact pipe coating on each side of the joint. Width to take into consideration shrinkage of the sleeve due to installation and joint profile. d. Manufacturers: Canusa, Raychem, or approved equal. 3. Installation: a. Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC- SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. b. Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. C. Complete joint bonding of pipe joints before application of joint coating. d. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. ` ww e. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60°F and 100°F as recommended by the sleeve manufacturer. f. Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. g. Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. h. Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. i. Apply heat shrink sleeve when it is at a minimum temperature or 60°F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. j. Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold flame a minimum of 6-inch from the sleeve surface. Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. Monitor sleeve for color change, where appropriate, or ..w with appropriate temperature gauges. 15021-17 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 k. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full %Mol circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the ENGINEER. Minor repairs may be repaired using heat shrink sleeve repair kits. I. Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. J. Protective Coating System for Welded Joints 1. General: a. Application of protective coating at the pipe joints will be as follows: apply a two layer field applied coating system (the factory applied 35 mil polyurethane coating shall be held back on the bell and spigot of the welded joint), a field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding, and a field applied 110 mil (full recovered thickness) by 18-inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve. After the heat shrinkable joint sleeve is installed, the CONTRACTOR may backfill the trench, and then weld the joint. b. The CONTRACTOR is responsible for his operations so that they do not damage the factory applied coating system. C. When applying the two layer joint coating system for post welding the joints, the CONTRACTOR must show that his operation will not damage the joint coating system to the ENGINEER's satisfaction. The CONTRACTOR will be required to fully uncover a maximum of 10 joints, 1%mo" selected at random by the ENGINEER or OWNER to visually inspect and test the joint after welding. Any damage must be repaired. If the _ CONTRACTOR's welding procedure damages the three layer joint coating system, the CONTRACTOR, at the direction of the ENGINEER, will be required to modify his welding procedure. 2. Joint Coating (2 layer): a. Apply a three -layer joint coating system before welding the joints except cutback area. b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. The CONTRACTOR shall field apply 60 mil thick by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. C. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve: 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust, and other foreign contaminates with a wire brush in accordance with SSPC-SP2, Hand Tool Cleaning, or SSPC-SP3, Power Tool Cleaning. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 15021-18 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 2) Remove all loose or damaged pipe coating at joint and either repair ..*, the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60OF and 100°F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust, and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140°F to 160°F or as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's - recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60OF and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3 inches overlay onto the existing pipe coating. ..� 10) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. Hold flame a minimum of 6 inches from the sleeve surface. Periodically roll the coating on the pipe surface. Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 11) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the ENGINEER. Minor repairs may be repaired using heat shrink sleeve repair kits. 12) Allow the sleeve to cool before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. d. Inspection, Testing, and Repairs 1) Holiday testing shall be performed using a wet sponge holiday tester at each joint after field application of heat shrinkable joint sleeve. If any holidays or cuts are detected, the sleeve shall be repaired using CANUSA Repair Patch Kit (CRPK) or approved equal. The damaged area shall be covered with a minimum of 50 mm overlap around the damaged area. 15021-19 June 2009 PIPING SYSTEM, STEEL PIPE F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 K. Protection of Buried Metal 1. Buried ferrous metal such as bolts and flanges which cannot be protected with N%MOV factory or field -applied polyurethane coatings or heat shrink sleeves shall be coated with two wraps of wax tape and encased in flowable fill. L. Repair and Field Touchup of Polyurethane Coating: 1. Apply Madison GP II (E) Touchup Polyurethane Coating or equal Futura Coating for repair and field touch-up of polyurethane coating. 2. Repair Procedure - Holidays: a. Remove all traces of oil, grease, dust, dirt, etc. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). C. Apply a 35 mil coat of repair material described above. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. d. Retest for Holiday. 3. Repair Procedure - Field Cuts or Large Damage: a. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. b. Remove all traces of oil, grease, dust, dirt, etc. C. Roughen area to be patched with rough grade sandpaper (40 grit). Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. d. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. Work repair material into scratched surface by brushing. Feather edges of repair material into prepared surface. Cover at least 1 inch of roughed area surrounding damage, or adjacent to field cut. e. Test repairs for Holidays. M. Patch of Lining (Plant or Field): 1. Repair cracks larger than 1/1 6-inch. Pipes with disbonded linings will be rejected. Excessive patching of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12-inch. In general, there shall be not more than one (1) patch in the lining of any joint of pipe. 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved by the ENGINEER. N. Quality Control of Field Applied Polyurethane Coating 1. Surface Preparation a. Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. Use Testex tape on at least one joint per day to ensure that adequate profile is being achieved. 2. Visual a. Visually inspect cured coating to ensure that the coating is completely cured with no blisters, "sticky" or "gooey" areas. Also check to ensure that the coating completely covers the steel and existing coating. 15021-20 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\0318\042-01\Specs\Part 2\TechOvision 15\15021 Piping Systems, Steel.doc 0318-042-01 3. Thickness ... a. Use a magnetic dry film thickness gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA2. 4. Holiday Testing a. Holiday testing shall be performed using a wet sponge holiday tester at each joint no sooner than one hour after field application of polyurethane coating. 5. Inspection at Welded Joints a. When applying the two -layer joint coating system for post welding the joints, the CONTRACTOR must show that his operation will not damage the joint coating system to the - ENGINEER's satisfaction. The CONTRACTOR will be required to fully uncover a maximum of 10 joints, selected at random by the ENGINEER or OWNER to visually inspect and test the joint after welding. Any damage must be repaired. If the CONTRACTOR's welding procedure damages the two layer joint coating system, the CONTRACTOR, at the direction of the ENGINEER, will be required to modify his welding procedure. END OF SECTION 15021-21 June 2009 PIPING SYSTEM, STEEL PIPE FAprojects\031 8\042-01 \Specs\Part 2\Tech\Division 15\15021 Piping Systems, Steel.doc 0318-042-01 SECTION 15022 PIPING SYSTEM, DUCTILE IRON PIPE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides requirements for ductile iron piping system for exposed and buried applications and includes: 1. Mechanical joint, push -on and flanged ductile iron pipe, sizes 4-inch through 24-inch. 2. Mechanical joint and flanged ductile iron and cast iron fittings, sizes 4-inch through 24-inch. 3. Gaskets and fasteners. 4. Protective coatings, linings and encasements. B. Related Sections: 1. This Section contains material requirements for pipe, fittings, specials, and appurtenances for the steel piping systems, as well as Part 1- General and Part 3- Execution additional requirements not specified in the above referenced Section. 1.3 REFERENCES A. American Water Works Association (AWWA): 1. C104/A21.4 - Cement -Motor Lining for Ductile -Iron Pipe and Fittings for Water. 2. C105/21.5 - Polyethylene Encasement for Gray and Ductile Cast -Iron Piping for Water and Other Liquids. 3. C110-C21.10 - American National Standard for Gray -Iron and Ductile -Iron Fittings, 3-inch through 48-inch for Water and Other Liquids. 4. C111/A21.11 - American National Standard for Rubber Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe and Fittings. 5. C115/A21.15 - American National Standard for Flanged Cast -Iron and Ductile - Iron Pipe with Threaded Flanges. 6. C150/A21.50 - American National Standard for the Thickness Design of Ductile Iron Pipe. 7. C151/A21.51 - American National Standard for Ductile -Iron Pipe, Centrifugally Cast in Metal Molds or Sand -Lined Molds, for Water and Other Liquids. 8. C153/A21.10 - Ductile -Iron Compact Fittings for Water Service. 9. C600 - Installation of Ductile Iron Water Mains and Their Appurtenances. 10. C606 - Grooved and Shouldered Joints. 11. M41 - Manual Ductile Iron Pipe and Fittings. B. ASTM International, Inc. (ASTM): 1. A48 - Specification for Gray Iron Castings. 15022-1 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 0318-042-01 2. A193 - Specification for Alloy -Steel and Stainless Steel bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications. 3. A194 - Specification for Carbon and Alloy Steel Nuts for Bolts for High - Pressure or High -Temperature Service, of Both. 4. A307 - Specification for Carbon Steel Bolts and Studs, 60000 PSI Tensile Strength. . 5. A320 - Specification for Alloy -Steel and Stainless Steel Bolting Materials for Low Temperature Service. 6. A536 - Specification for Ductile Iron Castings. 7. A563 - Specification for Carbon and Alloy Steel Nuts. 8. A674 - Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or other Liquids. 9. D1330 - Specification for Rubber Sheet Gaskets. C. National Science Foundation (NSF): 1. NSF/ANSI 61 - Drinking Water Components — Health Effects. 1.4 SUBMITTALS A. - Product Data: For each type of product indicated. B. Shop Drawings: 1. Pipe layout drawings shall include plan, elevations, sections, details, and attachments to other work. 2. Pipe layout schedule/drawings including pipeline stationing, elevation, and restrained joint locations. 3. Schedule of materials furnished. 4. Pipe layout drawings and data shall clearly indicate where pipe requiring special provisions are to be located, connections to equipment, valves, and related items. C. Material Certificates: 1. Certificate of Compliance with all applicable and appropriate reference standards certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with the applicable provision of the Specification. 2. Certification of Adequacy of Design: The Certificate of Adequacy of Design shall show the necessary provisions required in the design of the pipe to comply with applicable sections of this Specification. A Professional Engineer registered in the state where the Project is located shall seal the Certificate of Adequacy of Design. D. Field quality -control test reports. 1.5 PROJECT REQUIREMENTS A. Restrained Pipe and Fitting Joints, Buried Piping: 1. Restrained joints shall be used for a sufficient distance from each bend, tee, elbow, plug, or other fitting to resist thrust that will develop at the design pressure. 2. CONTRACTOR shall provide restraint length calculations in accordance with AWWA M41 based on the laying conditions, soil conditions, depth of cover, and pressures to determine the number of restrained joints that will be required. 15022-2 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 9=�"' 0318-042-01 3. For the purposes of thrust restraint, design pressures shall be the working r pressure shown, plus the additional surge allowance for potable water, service water, and pump discharge piping. The design pressure shall be 1.5 times the design test pressure indicated for all other piping. PART 2 - PRODUCTS 2.1 PIPE AND FITTINGS A. General: Ductile iron with a thickness design for the pressures and laying conditions complying with the requirements of AWWA C150 and the manufactured in accordance with AWWA C151. 1. Comply with the following minimum thickness class, unless otherwise indicated in the Pipe Schedule. a. Class 51, pipe 6-inch and smaller. b. Class 50, pipe 8-inch and larger. C. Class 53 for threaded flanged joints. d. Class 53 for grooved end pipe, grooved in accordance with AWWA C606. B. Mechanical -Joint, Ductile -Iron Pipe: AWWA C151, with mechanical joint bell and plain spigot end unless grooved or flanged ends are indicated. 1. Mechanical -Joint, Ductile -Iron Fittings: AWWA C110, ductile- or gray -iron standard pattern or AWWA C153, ductile -iron compact pattern. 2. Glands, Gaskets, and Bolts: AWWA C111, ductile- or gray -iron glands, rubber gaskets, and steel bolts. C. Push -on -Joint, Ductile -Iron Pipe: AWWA C151, with push -on -joint bell and plain spigot end unless grooved or flanged ends are indicated. 1. Push -on -Joint, Ductile -Iron Fittings: AWWA C110, ductile- or gray -iron standard pattern or AWWA C153, ductile -iron compact pattern. 2. Gaskets: AWWA C111, rubber. D. Grooved -Joint, Ductile -Iron Pipe: AWWA C151, with cut, rounded -grooved ends, conforms to AWWA C606, 250 psi minimum working pressure fittings. 1. Grooved -End, Ductile -Iron Pipe Appurtenances: a. May be used as an alternate to flanged joints for exposed locations. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1) Anvil International, Inc. 2) Victaulic Company of America. E. Flanged -Joint, Ductile -Iron Pipe: AWWA C151, flanged ends. 1. Flange Joints: Comply with the requirements of AWWA C115. a. Class 150 or Class 250 as designated on Drawings or Pipe Schedule. 2. Bolting: a. Exposed: ASTM A307, carbon steel, Grade A hex head bolts; ASTM A563, Grade A hex head nuts; and ASTM F436 hardened steel washers. b. Submerged or Buried: ASTM A193 or ASTM A320, Type 316 stainless steel bolts; ASTM A194, Type 316, nuts; and washers of the same material as the bolts. C. Gaskets: 15022-3 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 0318-042-01 1) Flange, Flat Face: Full-faced, AWWA C111, 1/8-inch thick rubber, factory cut. 2) Flange, Raised Face: Use flat ring gasket. 2.2 SPECIAL PIPE FITTINGS A. Ductile -Iron, Flexible Expansion Joints: Compound fitting with combination of flanged and mechanical -joint ends complying with AWWA C110 or AWWA C153. Include 2 gasketed ball joint sections and 1 or more gasketed sleeve sections, rated for 250-psi and for offset and expansion indicated. 1. Available Manufacturers: a. EBAA Iron Sales, Inc. . b. Romac Industries, Inc. C. Star Pipe Products. B. Ductile -Iron Deflection Fittings: Compound coupling fitting with ball joint, flexing section, gaskets, and restrained joint ends complying with AWWA C110 or AWWA C153. Include rating for 250-psig minimum working pressure and for up to 15 degrees of deflection. 1. Available Manufacturers: a. EBAA Iron Sales, Inc. C. Ductile -Iron Expansion Joints: Three-piece assembly of telescoping sleeve with gaskets and restrained -type, ductile -iron bell -and -spigot end sections complying with AWWA C110 or AWWA C153. Include rating for 250-psig minimum working pressures and for expansion indicated. 1. Available Manufacturers: a. Dresser, Inc.; DMD Div. b. EBAA Iron Sales, Inc. C. JCM Industries. D. Flange adapter: For joining steel pipe to cast iron, provide Dresser Style 127 or equal. Gasket to be BUNA-S, Grade 27. E. Dismantling Joint: Double -ended flange adapter, allowing longitudinal adjustment in piping system, similar to Dresser Style 131 or equal. F. Reducing and Transition Coupling: Required for making reduction is sizes of piping; changing classes of piping; or joining steel and cast iron pipe, provide Dresser Style 62 or equal. 2.3 PROTECTIVE COATINGS, LININGS, AND ENCASEMENT A. Pipe and Fittings Interior: 1. Mortar: Unless otherwise specified in the Piping Schedule, all ductile iron pipe and fittings shall be provided with a cement -mortar lining in accordance with AWWA C104. A bituminous seal coat shall be applied over the cement -mortar lining in accordance with AWWA C104. 2. Epoxy: When specified in the Piping Schedule, apply a high build, fusion bonded epoxy lining per AWWA C116, minimum 16 mils dry film thickness, per AWWA C116. When pipe and fittings are used for potable water service for potable water service, epoxy lining shall be NSF 61 certified. 3. Glass Lining: ��i 15022-4 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 0318-042-01 a. Consist of glass completely fused above 1,450 degrees F, with a v thickness of 6 to 10 mils and defects, which exposed base metal not greater than 0.1 percent of total lined surface. b. Hardness shall be greater than 5 on the Mohs scale and lining bonded sufficiently to withstand a metal strain of 0.001-inch/inch without damage to the glass lining. C. Finished lined pipe shall not deviate more than 0.0125-inch per foot of length from a centerline perpendicular to the flange face or square end of the pipe. d. Available Manufacturers: Water Works Supply Co., Ferrock MEH-32; Ceramic Coating Co., SL-31; or Ervite Corp., SG-14. B. Pipe and Fittings Exterior: 1. Buried Piping: Provide shop applied 1-mil bituminous coating system per AWWA C151 for pipe and AWWA C110 for fittings. C. Encasement for Underground Metal Piping: ASTM A 674 or AWWA C105. 1. Form: Sheet or tube. 2. Material: LLDPE film of 0.008-inch minimum thickness or high -density, cross - laminated PE film of 0.004-inch minimum thickness. D. Color: Black. 2.4 VENT AND DRAIN VALVES A. Pipelines 2-1/2-Inch Diameter and Larger: 3/4-inch vent, 1-inch drain, unless indicated otherwise on the Drawings. ..o, B. Pipelines 2-Inch Diameter and Smaller: 1/2-inch vent, 1-inch drain, unless indicated otherwise on the Drawings. C. Install vents and drains at piping system high points (vents) and low points (drains) as required by final installation configuration. Provide line size ball valves for all vents and drains. 2.5 INSULATED CONNECTIONS A. Provide dielectric insulation kits, including gaskets, insulating sleeves and washers for each bolt and nuts, where flanges are to be catholically insulated. Metal hardware such as backup washers shall be Type 316 stainless steel. Refer to Division 15 Section "Piped Utilities -Basic materials and Methods" for description and additional information. PART 3 - EXECUTION 3.1 INSTALLATION A. Laying Buried Pipe: 1. Install pipe to the lines, grades and elevations shown on the Drawings, complying with the requirements of AWWA C600. 2. Unless otherwise shown on the Drawings, within the plant site, bury piping with a minimum cover of 3-feet. Off -site, bury lines 12-inches and smaller with a minimum cover of 4-feet and lines 14-inches and larger with a minimum cover of 5-feet. 15022-5 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 0318-042-01 3. Do not lay pipe in water, or when the trench or weather is unsuitable for work. Keep water out of trench until jointing is complete. When work is not in progress, close ends of pipe and fittings securely so no trench water, earth or other substances will enter pipes or fittings. 4. Keep the inside of the pipe free from foreign matter during operations by plugging or other approved method. 5. Provide pipe bedding in accordance with the Drawings and Division 2 Section "Excavation and Backfilling Large Diameter Pipe." Place pipe so that the full length of each section rests solidly upon the pipe bed, with rece3sses excavated to accommodate bells and joints. Take up and relay pipe when the grade or joint is disturbed after laying. 6. Lay pipe with bells facing the direction of the laying except when making enclosures. 7. Buried pipe and fittings shall be polyethylene wrapped in accordance with AWWA C105. Wrapping shall be purple in color per TCEQ Chapter 210 Regulations for reclaimed water systems. 8. Provide a restrained push -on joint or mechanical joint ten feet from outside face of structures. B. Restrained Joints: Unless otherwise indicated on the drawings, the CONTRACTOR shall use'mechanical restrained pipe joints and fittings (no thrust blocks). The length of pipe requiring thrust restraint shall be calculated as described in Chapter 13 of AWWA M-11. 1. All joints requiring thrust restraint shall be welded (buried) in accordance with AWWA C-206 or restrained with mechanical systems (exposed). 2. CONTRACTOR shall design restrained joints based on the specified pressures as shown in the Piping Schedule or Drawings and in accordance with AWWA *moo, M-11. 3. The design for restrained joints, including the length necessary to resist the design thrust, for the embedded conditions, shall be performed and sealed by a Professional Engineer in the state where the Project is being constructed. 4. CONTRACTOR shall bear all costs for the design and will not receive reimbursement from the OWNER. 3.2 CLEANING A. All piping systems shall be thoroughly cleaned and flushed and all construction debris or foreign material removed. The CONTRACTOR shall provide all temporary connections, equipment and the like for cleaning. 3.3 FIELD QUALITY CONTROL A. Sterilization: Clean and sterilized potable water lines in accordance with City of Fort Worth standards. B. Piping Tests: Conduct piping tests before joints are covered and after concrete thrust blocks have hardened sufficiently. C. Hydrostatic Tests: Conduct testing in accordance with City of Fort Worth standards. D. Prepare reports of testing activities. 15022-6 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 0318-042-01 3.4 PIPING SCHEDULE *%No, A. As shown on the Drawings. END OF SECTION 15022-7 July 2009 PIPING SYSTEM, DUCTILE IRON PIPE 0318-042-01 SECTION 15030 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND �'' CHLORINATED POLYVINYL CHLORIDE (CPVC) PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides requirements for PVC and CPVC piping systems for exposed and buried applications, pressure and gravity applications and includes: 1. Polyvinyl chloride (PVC) and chlorinated polyvinyl chloride (CPVC) pressure pipe and fittings in sizes 1/2-inch through 36-inch. 2. Polyvinyl Chloride (PVC) and chlorinated polyvinyl chloride (CPVC) pressure pipe and fittings. 3. Polyvinyl Chloride (PVC), Schedule 40 and 80, pressure pipe and fittings. B. Related Work: 1. Refer to Division 15 Section 15015 "Piped Utilities: Basic Materials and Methods" for information regarding submittals; coordination; material delivery, handling, and storage; projection conditions; design requirements; other materials; installation of piping systems; field testing; and related work. 2. This Section contains material requirements for pipe, fittings, specials, and appurtenances for PVC and CPVC piping systems, as well as Part 1- General and Part 3- Execution additional requirements not specified in the above referenced Section. 1.3 REFERENCES A. References: 1. American Waterworks Association (AWWA): a. C110 — Standard for Ductile -Iron and Gray -Iron Fittings, 3 In. Through 48 In. (76 mm Through 1,219 mm) for Water b. C111 - American National Standard for Rubber Gasket Joints for Ductile -Iron and Gray -Iron Pressure Pipe and Fittings C. C153 — Ductile -Iron Compact Fittings for Water Service d. C219 — Standard for Bolted, Sleeve -Type Couplings for Plain -End Pipe e. C900 — Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. — 12 in. (100 mm-300 mm) for Water Distribution f. C905 — Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. —48 in. (350 mm-1,200 mm) g. C907 — Standard for Injection -Molded Polyvinyl Chloride (PVC) Pressure Fittings, 4 in. Through 12 in. (100 mm Through 300 mm) 2. ASTM International, Inc. (ASTM): a. D1785 — Specification for Poly(Vinyl Chloride)(PVC) Plastic Pipe, Schedule 40, 80, and 120 15030-1 September 2009 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) 0318-042-01 b. D2241 — Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Pressure -Rated Pipe (SDR Series) C. D2466 — Specification for Poly(Vinyl Chloride)(PVC) Plastic Pipe N%W5011 Fittings, Schedule 40 d. D2467 — Specification for Poly(Vinyl Chloride)(PVC) Plastic Pipe Fittings, Schedule 80 e. D2564 — Specifications for Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Piping Systems f. D2846 — Specifications for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic and Hot- and Cold -water Distribution Systems g. D3034 — Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and fittings h. F437 — Specification for Threaded Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe Fittings, Schedule 80 i. F438 — Specification for Socket -Type Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Fittings, Schedule 40 j. F439 — Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Fittings, Schedule 80 k. F441 — Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe, Schedule 40 and 80 I. F442 - Specification for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe (SDR-PR) M. F477 — Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe n. F679 — Specification for Poly(Vinyl Chloride)(PVC) Large -Diameter Gravity Sewer Pipe and Fittings o. F794 — Specification for Poly(Vinyl Chloride)(PVC) Profile Gravity %wil Sewer Pipe and Fittings Based on Controlled Inside Diameter p. F891 - Specification for Coextruded Poly(Vinyl Chloride)(PVC) Plastic Pipe With a Cellular Core q. F493 — Specification for Solvent Cements for Chlorinated Poly (Vinyl Chloride) (CPVC) Plastic Pipe and Fittings 3. National Science Foundation (NSF): a. NSF/ANSI 61 — Drinking Water Systems Components — Health Effects PART 2-PRODUCTS 2.1 PVC PIPE AND FITTINGS, 4 THROUGH 12 INCH, PRESSURE A. PVC Pressure Pipe: AWWA C900, Class 150 and/or Class 200 (as shown on Drawings or in Pipe Schedule), with bell end with gasket, and with spigot end. 1. Comply with UL 1285 for fire -service mains if indicated. 2. PVC Fabricated Fittings: AWWA C900, with bell -and -spigot or double -bell ends. Include elastomeric gasket in each bell. 3. PVC Molded Fittings: AWWA C907, Class 150, with bell -and -spigot or double -bell ends. Include elastomeric gasket in each bell. 4. Push -on -Joint, Ductile -Iron Fittings: AWWA C110, ductile- or gray -iron standard pattern or AWWA C153, ductile -iron compact pattern. a. Gaskets: AWWA C111, rubber. 5. Mechanical -Joint, Ductile -Iron Fittings: AWWA C110, ductile- or gray -iron standard pattern or AWWA C153, ductile -iron compact pattern. 15030-2 September 2009 Nftwl PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) 0318-042-01 a. Glands, Gaskets, and Bolts: AWWA C111, ductile- or gray -iron glands, .00, rubber gaskets, and steel bolts. 2.2 PVC PIPE AND FITTINGS, 14 THROUGH 48 INCH, PRESSURE A. PVC Pressure Pipe: AWWA C905, Class 150 and/or Class 200 (as shown on Drawings or in Pipe Schedule), with bell end with gasket, and with spigot end. 1, PVC Fabricated Fittings: AMA C905, with bell -and -spigot or double -bell ends. Include elastomeric gasket in each bell. 2. Push -on -Joint, Ductile -Iron Fittings: AWWA C110, ductile- or gray -iron standard pattern or AWWA C153, ductile -iron compact pattern. a. Gaskets: AWWA C111, rubber. 3. Mechanical -Joint, Ductile -Iron Fittings: AWWA C110, ductile- or gray -iron standard pattern or AWWA C153, ductile -iron compact pattern. 4. Glands, Gaskets, and Bolts: AWWA C111, ductile- or gray -iron glands, rubber gaskets, and steel bolts. 2.3 CPVC/PVC PIPE AND FITTINGS, 6-INCH AND SMALLER, PRESSURE A. PVC Pipe and Fittings: ASTM D 1785, Schedule 40 and Schedule 80 pipe, with plain ends for solvent -cemented joints or threaded ends conforming to ASTM D 2466, Schedule 40 or ASTM D 2467, Schedule 80, socket -type or threaded fittings. Use Schedule 80 for all pipes to be threaded. Use Schedule 80 for all pipes to be threaded. B. CPVC Pipe and Fittings: ASTM F441, Schedule 40 and Schedule 80 pipe, with plain ends for solvent -cemented joints or threaded ends conforming to ASTM F438, ..� Schedule 40 or ASTM F439, Schedule 80, socket -type or threaded fittings. Use Schedule 80 for all pipes to be threaded. C. Solvent Cement: As recommended by the pipe and fitting manufacturer conforming to D2564 for PVC piping systems and ASTM F493 for CPVC piping systems. 2.4 PVC PIPE AND FITTINGS, GRAVITY SEWER AND DRAIN A. PVC Cellular -Core Pipe and Fittings: ASTM F 891, Sewer and Drain Series, PS 50 minimum stiffness pipe with ASTM D 3034, SDR 35, socket -type fittings for solvent - cemented joints. B. PVC Sewer Pipe and Fittings, NPS 15 and Smaller: ASTM D 3034, SDR 35, with bell -and -spigot ends for gasketed joints with ASTM F 477, elastomeric seals. C. PVC Sewer Pipe and Fittings; NIPS 18 and Larger: ASTM F 679, T-1 wall thickness, with bell -and -spigot ends for gasketed joints with ASTM F 477, elastomeric seals. D. PVC Profile Gravity Sewer Pipe and Fittings: ASTM F 794 pipe, with bell -and - spigot ends; ASTM D 3034 fittings, with bell ends; and ASTM F 477, elastomeric seals. 2.5 JOINING MATERIALS A. Refer to Division 2 Section "Piped Utilities - Basic Materials and Methods" for commonly used joining materials. 15030-3 September 2009 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) 0318-042-01 B. Plastic Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. 2.6 PIPING SPECIALTIES A. Transition Fittings: Manufactured fitting or coupling same size as, with pressure rating at least equal to and ends compatible with, piping to be joined. B. Tubular -Sleeve Pipe Couplings: 1. Description: Metal, bolted, sleeve -type, reducing or transition coupling, with center sleeve, gaskets, end rings, and bolt fasteners and with ends of same sizes as piping to be joined. a. Standard: AWWA C219. 2.7 CORROSION -PROTECTION PIPE FITTINGS ENCASEMENT A. Encasement for Underground Metal Pipe Fittings: ASTM A 674 or AWWA C105. 1. Form: Sheet or tube. 2. Material: LLDPE film of 0.008-inch minimum thickness or high -density, cross - laminated PE film of 0.004-inch minimum thickness. 3. Color: Black. PART 3 - EXECUTION 3.1 INSTALLATION, CLEANING, AND TESTING A. Comply with the requirements of Division 15 Section 15015 "Piped Utilities -Basic Materials and Methods." 3.2 PIPING SCHEDULE A. Piping Schedule shall either be as shown on the Drawings or after the `END OF SECTION." END OF SECTION 15030-4 September 2009 PIPING SYSTEM, POLYVINYL CHLORIDE (PVC) AND CHLORINATED POLYVINYL CHLORIDE (CPVC) 0318-042-01 SECTION 15035 ... PIPING SYSTEM, HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE PART 1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides for furnishing: 1. High Density Polyethylene (HDPE) pressure piping systems, Y2-inch through 60- inches. B. Related Work: 1. This Section contains material requirements for pipe, fittings, specials, and appurtenances for HDPE piping systems, as well as Part 1- General and Part 3- Execution additional requirements not specified in the above referenced Section. 1.3 REFERENCES A. References: 1. American National Standards Institute: a. B16.1 — Specification for Piping Fittings of Wrought Carbon steel and Alloy Steel for Moderate and High Temperature Service 2. American Waterworks Association (AWWA): a. C207 Standard for Dimensions for Fabricated Steel Water Pipe Fittings 3. ASTM International, Inc. (ASTM): a. A193 — Specification for Alloy -Steel and Stainless Steel bolting Materials for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194 — Specification for Carbon and Alloy Steel Nuts for Bolts for High - Pressure or High -Temperature Service, or Both c. A307 — A307 — Specification for Carbon Steel Bolts and Studs, 60000 PSI Tensile Strength d. A563 — A563 — Specification for Carbon and Alloy Steel Nuts e. D3035 — Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter f. D3350 - Specification for Polyethylene Plastic Pipe and Fittings Materials g. F714 — Specification for Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter 4. National Science Foundation (NSF): a. NSF 14 — Plastics Piping System Components and Related Materials b. NSF 61 — Drinking Water Systems Components — Health Effects 15035-1 July 2009 PIPING SYSTEM, HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE 0318-042-01 PART 2 - PRODUCTS 2.1 PIPE AND FITTINGS A. General: Pipe lengths, fittings, and flanged connections to be joined by thermal butt - fusion shall be of the same type, grade, and class of polyethylene compound. B. NSF Certified: All surfaces and materials in contact with water or in contact with a chemical being applied to water that is being treated for potable water use and conveyance, shall conform to NSF-61 and certified by an organization accredited by ANSI. C. Pipe: 1. ASTM D3035, high density polyethylene, maximum allowable hoop stress 800 psi at 73.4°F. 2. Polyethylene resins shall conform to Type PE 3408/3608/4710 or better. The use of polyethylene resin designated Type PE 4710 may result in the use of HDPE pipe having a SDR rating higher than specified for Type PE 3208/3608. 3. Protection shall be provided against ultraviolet light degradation using carbon black, not less than 2 percent well dispersed in the resin. 4. Pipe wall thickness shall reflect required dimesnions, as shown in ASTM F714, Table 9. 5. Design Stress Rating: ASTM F714, 800 psi hydrostatic. a. Pressure Rating: As scheduled. b. Dimensions: Iron Pipe Size (I.P.S.) or Ductile Iron Pipe Size (D.I.P.S.) as scheduled. c. SDR: 11 D. Fittings: 1. 6-Inches and Smaller: Molded fittings, butt fusion joined, conforming to ASTM. D3261. .2.. 8-Inches and Larger: Same as pipe, butt fusion joined, conforming to ASTM D3350. Fittings shall have same pressure rating as pipe. E. Flanges: 1. Van Stone type, cast ASTM A351, stainless steel backing ring, IPP Deltaflex convoluted design, or equal, for bolting to ANSI B16.1, Class 125; ANSI B16.5, Class 150; and AWWA C207, Class E. 2. Pressure performance of the backing ring equal to SDR rating of pipe with safety factor of two. Stub ends same grade HDPE and pressure rating of pipe. F. Bolting: 1. General Conditions: Stainless steel, ASTM A193, Grade 138M, studs and ASTM A194, Grade 8M, hex head bolts. 2. Washers of same material as bolts. G. Gaskets: Flat Ring, 1/8-inch ethylene propylene rubber (EDR). i- 15035-2 July 2009 PIPING SYSTEM, HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE 0318-042-01 PART 3 - EXECUTION '"MW 3.1 INSTALLATION, CLEANING, AND TESTING A. Comply with City of Fort Worth Standards, END OF SECTION 15035-3 July 2009 PIPING SYSTEM, HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE 0318-042-01 SECTION 15040 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) 1.00 GENERAL 1.01 SCOPE Furnish and install AWWA-C303 bar -wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances completely as shown on the Plans and specified herein and perform hydrostatic test. 1.02 SUBMITTALS Submit the following information in accordance with the requirements of the Contract Documents setting forth the manufacturer's design data and record drawings to the ENGINEER before fabrication or shipment to the job site: A. Record Data for the following: 1. Pipe material 2. Fittings 3. Appurtenances *"NoW 4. Adapters 5. Pipe layout schedule/drawings including pipeline stationing and elevations 6. All material furnished 7. Design performed by Texas Registered Professional Engineer All of the record drawings and data shall be complete and shall include a complete description of the pipe adaptors, fittings, appurtenances, etc. offered, including cuts, tabulated layout and all pertinent engineering design data sealed by CONTRACTOR's Texas Registered Professional Engineer. B. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with the applicable provisions of this Specification. C. CONTRACTOR shall also submit a certificate of adequacy of design showing the necessary provisions required in the design of the pipe to comply with the applicable sections of this Specification. The pipe layout drawings and data shall clearly indicate where pipe requiring special provisions is required. The certificate of adequacy of design shall be sealed by CONTRACTOR's Texas Registered Professional Engineer. 15040-1 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) FAprojects\0318\042-01\Specs\Part 2\Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 2.00 PRODUCTS 2.01 GENERAL Bar -wrapped concrete cylinder pipe, fittings and specials shall be designed, fabricated and tested in accordance with the latest requirements of AWWA C-303, "Concrete Pressure Pipe Bar -Wrapped - Steel Cylinder Type" with additional requirements or modifications as described herein. Pipe fittings and specials shall also be designed in accordance with the applicable requirements of AWWA Manual M-11, "Steel Pipe, A Guide for Design and Installation", and with the requirements of AWWA Manual M-9, "Concrete Pressure Pipe", in particular relating to reinforcement of fittings, thrust restraints, anchor rings and joint harness lugs. Horizontal changes in pipe direction may be accomplished without the use of direction - changing fittings. Controlled horizontal longitudinal bending using deflected joints may be used and must be within the acceptable limits as recommended by the manufacturer. However, the joint deflection shall not exceed 50 percent of the manufacturer's written recommendation. Vertical changes in pipe direction shall be accomplished without the use of direction - changing fittings which require vertical thrust blocking and/or joint restraint. Controlled vertical longitudinal bending shall be accomplished using deflected joints and/or fabricated fittings resulting in a circular pipe arc where fabrication fittings do not require joint restraint. Controlled vertical longitudinal bending shall not exceed 50 percent of the manufacturer's ltftwol written recommendation. 2.02 PIPE DESIGN CLASSES Design minimum pressure classes and sizes shall be as shown on the drawings. Fittings, specials and connections shall be same class as the associated pipe unless otherwise indicated. All pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench embedment and backfill requirements shown on the Drawings, and as specified herein. The select material in the pipe zone will be selected or processed material as specified in other sections of this Contract Document. Material will be consolidated or compacted to at least 95 percent of maximum density, Standard Proctor, as determined by ASTM D698, "Test for Moisture -Density Relations for Soils." Pipe shall be designed for the trench depths indicated using a Soil Reaction Modulus E' of 700, and a maximum pipe deflection of D2/4,000, where D = Diameter. 15040-2 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) F:lprojects10318\042-01\,Specs\Part 21Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 2.03 SPECIAL REQUIREMENTS FOR CONCRETE CYLINDER PIPE A. Cement Cement for use on inside and outside mortar coating shall be Type I or Type II Portland Cement. B. Flanges Flanges shall have ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. C. Insulated Connections The pipe vendor shall furnish dielectric insulation gaskets and/or bushings at all places where concrete cylinder pipe connects to ductile and cast iron pipe and fittings. Where flanges are to be insulated, furnish and install "Insulket" flange gaskets, insulating sleeves and two plastic washers for each bolt. D. Special Banding Pipe to be laid in casing shall have two built-up rings of mortar each approximately 2 feet long and slightly higher than the pipe bell to prevent pipe being supported by the �.. bell. Rings to be at the quarter points of the pipe section. 2.04 INSPECTION AND TESTING A. General The OWNER reserves the option to have an independent testing laboratory, at the OWNER's expense, inspect pipe and fittings at the pipe manufacturer's plant to ensure compliance with the applicable specifications. The OWNER's testing laboratory and ENGINEER shall have free access to those parts of the manufacturer's plant that are necessary to ensure compliance with the governing standard. The pipe manufacture shall notify the OWNER, in writing, at least two weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the OWNER can advise the manufacturer as to OWNER's decision regarding tests to be performed by an independent testing laboratory. In event the OWNER elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one spot testing of each category unless the tests do not show compliance with the Standard. If these tests do not show compliance, the OWNER reserves the right to have the laboratory make additional tests and observations to ensure compliance of the finished product with the Standard. In any event, the manufacturer shall perform the tests described in AWWA C303, and furnish the OWNER with a copy of the test reports as Record Data, if requested, at the expense of the pipe manufacturer. The pipe manufacturer shall furnish the OWNER with affidavit of compliance as outlined in the Standard. 15040-3 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 B. Special Fittings All welds for water tightness in special pipe and fittings that have not been hydrostatically tested may be examined by use of visible dye penetrant system meeting requirements of ASTM E165; however, collar reinforcement and all other lapwelds shall be tested by introducing air under 10 psig pressure between the collar and cylinder and checking for leaks around and through the welds with soap solution. The area to receive the dye penetrant shall be cleaned free from contaminants that might interfere with the penetrant process. The temperature of the steel in the weld area shall be between 60 and 125 degrees Fahrenheit when the penetrant is applied. Dwell time of 6 hours shall be allowed after application of the penetrant and developer before interpreting the results. Defects that are found shall be repaired and the test repeated until all defects are eliminated. Colored penetrant shall be removed before fittings are lined. 3.00 EXECUTION 3.01 INSTALLATION A. Pipe Handling Pipe, fittings, valves and other accessories shall be hauled to and distributed at the site of the project by the CONTRACTOR; they shall at all times be handled with care to avoid damage. 148=01 Before lowering into the trench, each joint of pipe shall be inspected, and any damaged pipe shall be rejected. The pipe shall be kept clean during the laying operation and free of all sticks, dirt, and trash, and at the close of each operating day, the open end of the pipe shall be effectively sealed against the entrance of all objects and especially water. No pipe shall be laid in water. Pipe shall be laid in accordance with manufacturer's instructions true to the line and grade elevations as shown on the Plans with excavated bell hole for each joint and adequate haunching support. B. Pipe Jointing 1. General: Before laying each joint of pipe, the bell and spigot rings shall be thoroughly cleaned by brushing and wiping. If any damage to the protective coating on the metal has occurred, it will be required of the CONTRACTOR to repair such damage in accordance with the manufacturer's recommendations before the pipe is laid. Chain hosts will not be allowed unless approved by the manufacturer. Sections of pipe shall be tightly fitted together and care shall be exercised to secure true alignment and grade. When a joint of pipe is being laid, the gasket shall be placed on the spigot ring and the spigot end of the pipe shall then be v 15040-4 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) F:\projects103181042-01\SpecsTart 21Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 entered into the bell of the adjoining pipe and forced into position. The gasket and the inside surface of the bell shall be lubricated with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. The inside joint recess between ends of the pipe sections shall be in accordance with manufacturer's recommendations. No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, the joint shall be removed and the trench shall be properly prepared. For interior welded joints backfilling shall be completed before welding. For exterior field welded joints, adequate working room shall be provided under and beside the pipe. 2. Exterior Joint: The exterior joint shall be made by placing a joint wrapper around the pipe which will be held in place by means of two metal straps. The wrapper shall be 9 inches wide for pipe 36 inches and larger, and 7 inches wide for smaller pipe, and hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, of such length that it will encircle the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper to the joint. The wrappers shall be similar and equivalent to those manufactured by Mar -Mac Manufacturing Company. The grout used for pouring the joint shall consist of one part Portland Cement to two parts clean, fine, sharp sand, as specified for interior joints, and mixed to the consistency of thick cream. The joint shall be filled with this grout from one side in one continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, the sides of the wrapper shall be patted or manipulated as required to settle the mortar and expel any entrapped air. 3. Interior Joints: Upon completion of backfilling of the pipe trench, the inside joint recess shall be filled with a stiff cement mortar consisting of one part of cement to two parts of sand by a qualified workman working inside the pipe. Cement shall be ASTM C150, Type I or Type II. Sand shall conform to ASTM specification C144 (plaster sand). Pipe shall be installed in accordance with AWWA M-9 Manual and as recommended by the manufacturer. 4. Welded Joints: Joints to be welded shall be telescoped together with rubber gasket as specified above and aligned perfectly with the adjacent section of pipe. Welding for thrust restraint or for full welded joints shall be in accordance with AWWA M-9 Manual and manufacturers recommendations. When the joint weld is completed, the exterior joint shall be poured with mortar as specified above. Sufficient time shall elapse to allow the mortar to set-up before skidding assembled sections into the casing. High early strength cement may be used for this purpose if desired. After all sections are in final position, the interior joint shall be filled as specified above. 15040-5 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 C. Protection of Exposed Metal All exposed ferrous metal shall be protected by a minimum of 1-inch coating of Portland Cement mortar consisting of one part cement, as specified for inside joints, and two parts sand. Exposed surfaces such as, but not limited to, flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. The surface receiving a cement mortar coating shall be thoroughly cleaned and wetted with water just prior to placing the cement mortar coating. After placing, care shall be taken to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. Cement mortar coating shall not be applied during freezing weather. D. Cathodic Protection Electrical bonding for cathodic protection shall be provided for the pipe. RCCP shall be provided with test leads and permanent test stations at intervals as shown on the Plans. Each joint of pipe shall have two mild steel shorting straps installed 1800 apart. E. Patching Excessive patching of lining or coating will not be permitted. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. Wherever necessary to patch the pipe, patch shall be made with a mortar of one part Portland Cement and two parts clean sharp sand; all measures to be by weight. Pipe thus patched shall not be installed until the patch has been properly and adequately cured and approved for laying by the ENGINEER. F. Pipe Bedding Trench bottom shall be excavated below the pipe for installing pipe bedding. Pipe shall be laid on the bedding such that it is supported uniformly from end -to -end. G. Backfilling As soon as the pipe joint has been complete, the joint mortar has set-up and all concrete blocking completed, the backfilling in the "pipe zone" to a point at least 12 inches above the pipe. H. Restrained Joints Unless otherwise indicated on the drawings, the CONTRACTOR shall use restrained pipe joints and fittings. 15040-6 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) F:\projects\0318\042-01\SpecslPart 2\Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 All fittings shall be restrained using restrained joint pipe and fittings for a sufficient length to resist the design thrust. All joints requiring thrust restraint shall utilize a snap ring restrained joint system or an approved semi -flexible restrained joint, unless otherwise noted within or on the plans. Restrained joints within a casing pipe may be welded. For designing restrained joints, the following minimum pressures shall be taken into account: Maximum test pressure = 150 psig Normal operating pressure = 120 psig Total Surge = 250 psig Installation On Grade Pipe shall be installed on constant grade between control depths as shown on the Plans, with minimum depth of cover maintained. 3.02 HYDROSTATIC TEST After the pipe has been laid and backfilled, newly laid pipe shall be subjected to a hydrostatic pressure test in accordance with City of Fort Worth standards. END OF SECTION 15040-7 July 2009 REINFORCED CONCRETE CYLINDER PIPE (BAR -WRAPPED) F:\projects\0318\042-01\Specs\Part 2\Tech\Division 15\15040 Reinforced Concrete Cylinder Pipe (Bar-Wrapped).doc 0318-042-01 SECTION 15070 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Provide all necessary labor, materials and equipment, including test pumps and gauges, as well as temporary valves and piping to perform the testing operations of piping systems as specified herein. 2. All piping systems will be tested. If demonstrated workmanship on one or more tests show that lines are sufficiently watertight, the ENGINEER may waive remaining testing on any given type or section of line. 3. CONTRACTOR'S Responsibility: a. Take such precautions as required to prevent damage to lines and appurtenances being tested. b. Repair any damage resulting from tests. c. Repair and retest all items which do not pass the tests as specified herein. d. Conduct all tests in the presence of the ENGINEER, and to the satisfaction of the ENGINEER and all State and local authorities having jurisdiction. 1*4WW1 e. All necessary pumps, water, pipe connections, meters, gauges, and any necessary apparatus to perform and conduct the tests shall be furnished by the CONTRACTOR. CONTRACTOR shall furnish all necessary equipment and make all tests at CONTRACTOR'S expense without separate measurement and payment, but said expense shall be subsidiary to installation of pipe. 4. Test pressures are specified in Test Pressures for Pressure Lines in Part 3 of this Section. 5. Water used for testing purposes shall be potable water only. 1.3 DEFINITIONS AND REFERENCES A. Definitions: 1. Gravity lines: shall refer to PVC, clay pipe, reinforced concrete (non -cylinder -type) pipe, and other such pipes designed to normally operate in a partially full condition. 2. Pressure lines: shall refer to ductile iron, PVC, RCCP, steel, and other such pipes designed to operate in a full condition, with the system's energy grade line at or above the top of the pipe during normal operating conditions. 3. FRP: Fiberglass -reinforced plastic. 4. LLDPE: Linear low -density, polyethylene plastic. 5. PE: Polyethylene plastic. 6. CPVC: Chlorinated polyvinyl chloride plastic. 7. PVC: Polyvinyl chloride plastic. B. References: 1. American Water Works Association (AWWA): 15070-1 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 a. C 600 — Standard for Installation of Ductile -Iron Water Mains and Their Appurtenances b. M 23 — PVC Pipe: Design and Installation 2. ASTM International (ASTM): a. C 924 — Practice for Testing Concrete Pipe sewer Lines by Low -Pressure Air Test Method b. F 1417 — Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air 3. Unibell PVC Plastic Pipe Association, "Handbook of PVC Pipe: Design and Construction, Fourth Edition" 1.4 SUBMITTALS A. Shop Drawings: 1. Submit a description of proposed testing methods, procedures, and apparatus for review prior to testing. 2. Submit description of weir and weir tables to be used in infiltration test, if applicable. B. Field Quality -Control Reports: 1. Submit a certified test report for each- test to ENGINEER certifying the test pressures, duration of the test, leakage and pertinent observations and comments. PART 2 - PRODUCTS 2.1 TEST EQUIPMENT A. Test equipment shall be selected, obtained, and maintained by the CONTRACTOR. 1*ftwoll All gauges shall be calibrated prior to beginning testing and as often as is necessary to provide accurate, reliable information. PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. Obtain the ENGINEER'S approval of proposed testing methods, procedures, and apparatus, before performing any test. Upon receipt of the ENGINEER'S approval, submit a schedule of testing dates and times at least 24-hours in advance of testing. B. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. 1. Submit separate reports for each system inspection. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. c. Crushed, broken, cracked, or otherwise damaged piping. d. Infiltration: Water leakage into piping. e. Exfiltration: Water leakage from or around piping. 15070-2 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 3. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. 4. Reinspect and repeat procedure until results are satisfactory. C. Test new piping systems, and parts of existing systems that have been altered, extended, or repaired, for leaks and defects. 1. Do not enclose, cover, or put into service before inspection and approval. 2. Test completed piping systems according to authorities having jurisdiction. 3. Schedule tests and inspections by authorities having jurisdiction with at least 24 hours' advance notice. 4. Submit separate report for each test. 5. Gravity -Flow Sewage and Drainage Piping: Test according to requirements of authorities having jurisdiction, UNI-13-6, and the following: a. Exception: Piping with soil tight joints unless required by authorities having jurisdiction. b. Option: Test plastic piping according to ASTM F 1417. c. Option: Test concrete piping according to ASTM C 924. 6. Manholes: Test manholes in accordance with Division 2 Section "Manholes." 7. Force -Main and Pressure Piping: Perform hydrostatic test after thrust blocks, supports, and anchors have hardened. Test at pressure not less than 1-1/2 times the maximum system operating pressure, but not less than 150 psig. a. Ductile -Iron Piping: Test according to AWWA C600, "Hydraulic Testing" Section. b. PVC Piping: Test according to AWWA M23, "Testing and Maintenance" Chapter. ,ftav, 3.2 CLEANING, TESTING, AND DISINFECTION OF POTABLE WATER LINES A. Piping Tests: Conduct piping tests before joints are covered and after concrete thrust blocks have hardened sufficiently. Fill pipeline 24-hours before testing and apply test pressure to stabilize system. Use only potable water. B. Hydrostatic Tests: Test at not less than one -and -one-half times working pressure for two hours. 1. Increase pressure in 50-psig increments and inspect each joint between increments. Hold at test pressure for 1 hour; decrease to 0 psig. Slowly increase again to test pressure and hold for 1 more hour. Maximum allowable leakage is 2 quarts per hour per 100 joints. Remake leaking joints with new materials and repeat test until leakage is within allowed limits. 2. Prepare reports of testing activities. C. Clean and disinfect water -distribution piping as follows: 1. Purge new water -distribution piping systems and parts of existing systems that have been altered, extended, or repaired before use. 2. Fire -protection water piping not connected to potable water supply: Use purging and disinfecting procedure prescribed by authorities having jurisdiction or, if method is not prescribed by authorities having jurisdiction, use procedure described in NFPA 24 for flushing of piping. Flush piping system with clean, potable water until dirty water does not appear at points of outlet. 3. Fire -protection water piping connected to potable water supply: Use purging and disinfecting procedure prescribed by authorities having jurisdiction or, if method is not prescribed by authorities having jurisdiction, use procedure described in AWWA C651 or do as follows: 15070-3 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 a, Fill system or part of system with water/chlorine solution containing at least 50 ppm of chlorine; isolate and allow standing for 24 hours. b. Retain last subparagraph above or first subparagraph below. c. Drain system or part of system of previous solution and refill with water/chlorine solution containing at least 200 ppm of chlorine; isolate and allow standing for 3 hours. d. After standing time, flush system with clean, potable water until no chlorine remains in water coming from system. e. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedure if biological examination shows evidence of contamination. 4. Prepare reports of purging and disinfecting activities. 3.3 TESTING OF PRESSURE LINES (EXCEPT POTABLE WATER LINES) A. General: 1. Allow concrete blocking to cure for at least 28 days before testing. 2. Backfill and compact soil behind all blocking. 3. Backfill over pipe to extent necessary to restrain the piping. Backfill shall extend to within 1-foot of proposed final grade. 4. Conduct water leakage test after completing hydrostatic pressure tests. 5. Lines which fail to hold the specified test pressure for at least two hours or which exceed an allowable leakage rate specified below, shall be repaired to the satisfaction of the ENGINEER and retested at the CONTRACTOR'S expense. 6. System shall be tested in sections between valves and shall not exceed 2,000 feet unless authorized by ENGINEER. B. Procedures for Hydrostatic Pressure Tests: 1. Slowly fill isolated section of line with water. 2. Insure that all air has been expelled through air and vacuum release valves, taps, or connections shown on Plans for permanent piping, valves, or accessories. Do not make additional taps solely for air expulsion purposes unless approved by ENGINEER. No additional compensation will be made for additional taps. 3. Apply specified test pressure based on the elevation of the lowest section of line under test and corrected to elevation of test gauge. Duration of test shall be two hours. 4. Allow concrete pipe to stand full of water at least 12-hours before starting leakage test. 5. At the end of the two hours of the test, the entire route of the pipeline shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable. The pipe shall be retested over a period of two hours. 6. All piping systems shall be tested for leakage by a hydrostatic pressure test. Lines shall be filled slowly, with a maximum velocity of 1-foot per second, while venting all air. If permanent air vents have not been installed, the CONTRACTOR shall install corporation cocks at all high points to expel air during initial filling and testing of the lines. 7. The duration of each leakage test shall be two hours unless otherwise specified, and during the test the line shall be subjected to a continuous specified test pressure at the lowest elevation. 15070-4 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 8. Leakage is defined as the net quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, necessary to maintain pressure within 5-psi of the specified leakage test pressure after the pipe has been filled with water and the air in the pipeline has been expelled. No installation shall be accepted if the leakage is greater than that determined by the following formula: L = SD(P)0.5 133,200 Where: L = allowable leakage in gallons per hour D = nominal diameter of the pipe, inches P = average test pressure during the leakage test, psig S = length of pipe tested, 'in feet 9. The test pressure shall be applied by means of a pump connected to the pipe and to an approved water container, or other approved method, for accurate measurement. The test pressure shall be maintained (by additional pumping, if necessary) for the specified time. 10. While the line is under pressure, the system and all exposed pipe, fittings, valves, and hydrants shall be carefully examined for leakage. All defective elements shall be repaired or replaced and the test repeated until all visible leakage has been stopped and the allowable leakage requirements have been met. 11. On completion of tests, any newly installed, approved taps shall be tightly plugged with brass fittings. 12. Thoroughly purge all compressed air lines after testing. 3.4 TEST PRESSURES FOR PRESSURE LINES A. Piping shall be tested to pressures shown on Plans. If not shown, test as follows: 1. All process piping shall be tested to 75-psi. 2. Pump discharge and force main to 200-psi. 3. Chemical piping to 100-psi. 4. Plant water and potable piping to 150-psi. 5. Drain and sewage lines using pressure pipe to 50 psi. 3.5 TESTING OF DRAINS, SEWERS, AND OTHER GRAVITY LINES A. General: 1. For all pipe, the method of testing shall be an exfiltration test using either a hydrostatic test or a pneumatic test. For any flexible, non-metallic or non -concrete pipe, such as plastic (PVC, CPVC, PE, etc.) or fiber reinforced plastic pipe or similar flexible pipe materials, a deflection test shall also be performed. 2. CONTRACTOR may make first test promptly after first section of line is laid and backfilled. A section of pipe will normally be a run between two manholes, or between a structure and the first manhole. 3. Do not lay additional piping of the type being tested until test of first section is complete. 4. Do not perform any OWNER required leak test until backfill has been installed.to grade for a minimum of 30 days. 5. Individual leaks will ordinarily be revealed by looking through sewer (larger than 24-inch diameter) with a light while ground water level is over sewer, during water 15070-5 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 tamping operations, or immediately after water from exfiltration tests is emptied from sewer. 6. Settlement in backfill during exfiltration tests will be taken as an indication of leakage. B. Hydrostatic Exfiltration Test Procedure: 1. Seal ends of section being tested with watertight plugs. 2. Fill section with water 24=hours prior to start of test. 3. Vent line during filling so that no air is trapped in line. 4. Leave outlets of stacks, inlets, and service lines exposed and unplugged until after exfiltration test has been made. 5. Outlets terminating below level of test water surface to be temporarily extended upward by installing lengths of pipe. 6. Measure leakage or exfiltration during test period by adding measured quantities of water to maintain water level in test structure. 7. Quantity of water added to maintain water level is amount of leakage or exfiltration. 8. Test for at least two hours with minimum head of four feet measured above top crown, inside pipe at upper end of section being tested. Allow for increase in height due to ground water -level, if any. 9. Storm sewer leads to be tested with water level at gutter grade. 10. After completion of satisfactory test, remove lengths of pipe added for test. 11. Allowable Leakage: Allowable leakage for exfiltration test in any .individual section or entire sewer line under construction shall not exceed 10 gallons per inch of inside diameter per mile of pipe per 24 hours. C. Hydrostatic Exfiltration Test Procedure for Agri Drain Structures and Associated Piping: Following installation of pipe, Agri Drain structures and backfill, all joints as a system shall be tested by the exfiltratioh test as follows: 1. Seal open ends of pipe upstream and downstream of the Agri Drain structure with watertight plugs. 2. Fill Agri Drain structure to the top with water. 3. Vent pipes during filling so that no air is trapped in line. 4. Measure leakage or exfiltration after a 24-hour period by observing the level of water from the top of the Agri Drain structure. 5. The difference in depth between the water level and the top of the Agri Drain structure is the amount of leakage or exfiltration. 6. Allowable Leakage: Allowable leakage for exfiltration test shall be a difference in depth less than 1.25 inches. D. Low Pressure Air Joint Test: 1. All pipe joints shall be tested in accordance with this section. 2. Equipment shall be the product of manufacturers having more than five year's regular production of successful joint testers. Joint tester shall be as manufactured by Chane Industrial, Inc., of Edina, Minnesota, or equal. 3. Testing shall be performed on all joints after backfill has been installed and properly compacted, and as installation. progresses. At no time shall pipe installation exceed 100 feet beyond the last joint tested. 4. Joints failing to meet the requirements of this test should be repaired to the satisfaction of the ENGINEER or the defective pipe shall be replaced. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced. 15070-6 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 5. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. NUAW 6. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 7. To test, adjust the pressure to 4.0 psig and measure the time required to decrease the pressure from 4.0 psig to 2.0 psig. 8. The joint is acceptable if the time for the pressure to drop from 4.0 psig to 2.0 psig is greater than 15 seconds. E. Pneumatic Test Method (Air Test): 1. Air tests shall be made by the pressure drop versus time method, in accordance with UNI-B-6, "Recommended Practice for Low -Pressure air testing of Installed Sewer Pipe." 2. Equipment: The equipment used shall meet the following minimum requirements: a. Pneumatic plugs shall have a sealing length equal to or greater than the diameter of the pipe to be inspected. b. Pneumatic plugs shall resist internal test pressures without requiring external bracing or blocking. c. All air used shall pass through a single control panel. d. Three individual hoses shall be used for the following connections: 1) From the control panel to pneumatic plugs for inflation. 2) From the control panel to a sealed line for introducing the low-pressure air. 3) From a sealed line to control panel for continually monitoring the air pressure rise in the sealed line. e. Air compressor of adequate capacity for charging the system. 3. Procedures: All pneumatic plugs shall be seal -tested before being used in the actual test installation. One length of pipe shall be laid on the ground and sealed at both ends with the pneumatic plugs to be checked. Air shall be introduced into the plugs to 25 psig. The sealed pipe shall be pressurized to 5 psig. The plugs shall hold against this pressure without bracing and without movement of the plugs out of the pipe. 4. After a manhole -to -manhole reach of pipe has been backfilled and the pneumatic plugs have been checked by the above -mentioned procedure, the plugs shall be placed in the line at each manhole and inflated to 25 psig. Low pressure air shall be introduced into this sealed line until the internal air pressure reaches 4 psig. Allow at least two minutes for the air temperature to stabilize, adding only the amount of air required to maintain pressure. 5. If the pipe to be tested is submerged in ground water, insert a pipe probe by boring or jetting into the backfill material adjacent to the center of the pipe, and determine the pressure in the probe when air passes slowly through it. This is backpressure due to ground water submergence over the. end of the probe. All gauge pressure in the test should be increased by this amount. After the stabilization period (3.5 psig of minimum pressure in the pipe) start stopwatch. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. 6. Allowable Leakage: For sections of pipe less than 36-inch average inside diameter, the minimum time allowable for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge shall be computed from the following equation: T = 0.0850(D)(K)/(Q) 15070-7 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 Where: T = shortest time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419(D)(L), but not less than 1.0 D = average inside diameter in inches L = length of line in feet of same pipe size being tested Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface shall be used. 7. Since a K value of less than 1.0 shall not be used, there are minimum testing times for each pipe diameter as follows: Table No. 1 Minimum Testing Times Pipe Diameter Minimum Time Length for (inches) (seconds) Minimum Time (feet) 6 340 398 8 454 298 10 567 239 12 680 199 15 850 159 18 1020 133 21 1190 114 24 1360 100 27 1530 88 30 1700 80 33 1870 72 3.6 PIPELINE REPAIR Time for Longer Length (seconds) 0.855 (L) 1.520 (L) 3.374 (L) 3.419 (L) 5.342 (L) 7.693 (L) 10.471 (L) 13.676 (L) 17.309 (L) 21.369 (L) 25.856 (L) A. Leaks and loss in test pressure constitute defects that must be repaired. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. 3.7 MANHOLE TESTING A. Manholes shall be tested separately and independently of the wastewater lines in accordance with Division 2 Section 02090 "Manholes." Unless otherwise specified or determine by OWNER'S requirements manhole testing shall by Water ExfiItration Test. 3.8 QUALITY CONTROL A. The Pipe Testing report located after the END OF SECTION is part of this Section. END OF SECTION 15070-8 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 PROJECT: Contractor: Pipe Diameter: From Station: TEST MEDIUM (circle one) Water Air TEST EQUIPMENT: (list) SPECIFIED TEST PRESSURE: Time (gauge on): Pressure (start): Time (check): Pressure (check): Time (check): Pressure (check): Time (check): Pressure (check): REMARKS: WITNESSING SIGNATURES: Contractor: Signature Engineer: Signature QUALITY CONTROL PIPE TESTING REPORT Location: To Station: Other (specify) Date: __psi I Specified Duration: Pressure Drop: Water Added: Pressure Drop: Water Added: Pressure Drop: Time (gauge oft): Water Added: Pressure (finish): Title Date Title Date 15070-9 September 2009 FIELD TESTING OF PLANT AND STATION PIPING SYSTEMS 0318-042-01 SECTION 15100 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following general -duty valves: 1. Ball Valves, Bronze, 2-1/2 inches and smaller. 2. Sampling valve. 3. Shear Gate Valve. 4. Pressure Reducing Valves. 5. Valve appurtenances. B. Related Sections: 1. Refer to Division 15 Section 15101 "Gate Valves" for AWWA gate valves, 3- inch and larger, and for iron body gate valves, 3-inches through 24-inches. 2. Refer to Division 15 Section 15105 "Air Release and Air/Vacuum Valves, for air release valves and combination air/vacuum release valves for water and sewerage service. 1.3 DEFINITIONS A. Following are standard abbreviations used for valves: 1. CWP: Cold working pressure. 2. EDPM: Ethylene-propylene-diene terpolymer rubber. 3. NRS: Nonrising stem. 4. OSBY: Outside screw and yoke. 5. PTFE: Polytetrafluoroethylene plastic. 6. SWP: Steam working pressure. 7. WOG: Water, oil and gas (Cold working pressure) 8. TFE: Tetrafluoroethylene plastic. 1.4 SUBMITTALS A. Product Data: For each type of valve indicated. Include body, seating, and trim materials; valve design; pressure and temperature classifications; end connections; arrangement; dimensions; and required clearances. Include list indicating valve and its application. Include rated capacities; shipping, installed, and operating weights; furnished specialties; and accessories. B. Product Certificates: For each type of valve, from manufacturer. 1. Compliance with AWWA, ASTM, and ANSI standards including hydrostatic tests, operational tests and other testing required by the standards. 15100-1 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 C. Operation and Maintenance Data: Provide in accordance with Division 1 Section 01782 "Operation and Maintenance Data." D. Field Quality Control: Provide field testing and performance reports. 1.5 QUALITY ASSURANCE A. Obtain all valves of the same style and type, along with the associated manual operators, from a single manufacturer. B_ NSF Compliance: NSF 61, "Drinking Water Systems Components — Health Effects" for valve materials for potable -water service. C. Valve manufacturer shall demonstrate a minimum of five years of experience is similar applications for size of valves furnished. References shall be provided upon request. D. Valve supplier shall maintain a complete stock of parts in the state where the Project is constructed or shall indicate that parts will be delivered upon 48-hour after receipt of request. 1.6 DELIVERY, STORAGE, AND HANDLING C. Prepare valves for shipping as follows: 1. Protect internal parts against rust and corrosion. 2. Protect threads, flange faces, grooves, and weld ends. 3. Set angle, gate, and globe valves closed to prevent rattling. 4. Set ball and plug valves open to minimize exposure of functional surfaces. 5. Set butterfly valves closed or slightly open. 6. Block valves in either closed or open position. D. Use the following precautions during storage: 1. Maintain valve end protection. 2. Store valves indoors and maintain at higher than ambient dew -point temperature. If outdoor storage is necessary, store valves off the ground in watertight enclosures. 3. Use sling to handle large valves; rig sling to avoid damage to exposed parts. Do not use handwheels or stems as lifting or rigging points. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, those listed in the valve descriptions. 2.2 GENERAL A. Valve to include operator, actuator, handwheel, chain wheel, extension stem, floor stand, worm and gear operator, operating nut, chain, wrench, valve boxes, and all accessories and related equipment for a complete operating system. Refer to P81D Drawings for valves requiring limit switches, electric or pneumatic operators, and related controls. 15100-2 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 B. Comply with the following: 1. Service: Suitable for intended service, with valve pressure and temperature ratings not less than indicated and as required for the system pressures and temperatures. 2. Valve Sizes: Same size as connection to upstream piping, unless otherwise indicated. 3. Valve Ends (Unless otherwise specified): a. Compatible with adjacent piping or equipment connections. b. Bronze Valves: 2-inch and Smaller; threaded or soldered ends depending on application. C. Ferrous valves, 3-inch and Smaller: Threaded ends. d. Ferrous Valves, 3-inch and Larger: 1) Exposed Valves: Flanged ends. 2) Buried Valves: Mechanical joint ends. C. Valve Actuators: 1. Operator sized to operate valve for full range of pressures and velocities. 2. Open by turning counterclockwise, clockwise to close, unless otherwise specified. 3. Chainwheel: For attachment to valves, of size and mounting height, as indicated in the "Valve Installation" Article in Part 3. 4. Gear Drive Operator: For quarter -turn valves 8-inch and larger. 5. Handwheel: For valves other than quarter -turn types. 6. Lever Handle: For quarter -turn valves 6-inch and smaller. 7. Wrench: For valves with square heads. Furnish OWNER with one wrench for every 10 valves, for each size square plug head. D. Valves in Insulated Piping: Valves shall have 2-inch stem extensions and the following features: 1. Gate Valves: Shall be rising -stem type. 2. Ball Valves: Shall have extended operating handle of non -thermal -conductive material, protective sleeve that allows operation of valve without breaking the vapor seal or disturbing insulation, and memory stops that are fully adjustable after insulation is applied. 3. Butterfly Valves: Shall have extended necks. E. Valve Flanges: ASME B16.1 for cast-iron valves, ASME B16.5 for steel valves and ASME B16.24 for bronze valves. F. Valve Grooved Ends: AWWA C606. G. Solder Joint: With sockets according to ASME B16.18. 1. Caution: Use solder with melting point below 840 deg F for angle, check, gate, and globe valves; below 421 deg F for ball valves. H. Threaded: With threads according to ASME 131.20.1. I. Valve Bypass and Drain Connections: MSS SP-45. J. Factory assemble valve with operator, actuator and accessories. K. Obtain all valves of the same type and materials of construction with associated manual operators from a single manufacturer 15100-3 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 2.3 MATERIALS A. Brass and bronze valve components and accessories shall be made with dezincification-resistant materials. Bronze valves made with copper alloy (brass) containing more than 15 percent zinc are not permitted. B. Approved alloys are of the following ASTM designations: 1. B61, B62, B98 (Alloy No. C65100, C65500, or C66100), B127, B139 (Alloy No. C51000), B584 (Alloy UNS No. C90300 or C94700), B164, and B194. 2. Stainless steel, ANSI Type 316 may be substituted for bronze. 2.4 FACTORY FINISHING A. Interior Lining and Coating: 1. Interior ferrous metal surfaces of valve body, stem, actuator and related components shall be epoxy coated in accordance with AWWA C550 "Protective Epoxy Interior Coatings for valves and Hydrants", unless otherwise specified. 2. Epoxy coating material shall be NSF approved for use in potable water. 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 12-mil dry film thickness except where limited by valve operating tolerances. Epoxy coating shall be spark tested at the valve manufacturer's factory in accordance with AWWA C550 to verify uniform thickness. A certified test report on valve manufacturer's letterhead shall be supplied for each valve furnished. 5. Color to match adjacent piping. Coating application to be accomplished in accordance with Division 9 Section "Painting and Protective Coatings." 6. Safety isolation and lockout valves with handles, handwheels, or chain wheels "Safety Yellow." 7. Exposed valves, other than above, paint handles, handwheels, or chain wheels "Red. 2.5 BALL VALVE A. Bronze Ball Valves, General: MSS SP-110 and have bronze body complying with ASTM B 584, except for Class 250 which shall comply with ASTM B 61, full -depth ASME B1.20.1 threaded or solder ends, and blowout -proof stems. 1. Two -Piece, Full -Port, Bronze Ball Valves with Bronze Trim: Chrome -plated bronze ball and bronze stem and; reinforced TFE seats; threaded body packnut design (no threaded stem designs allowed) with adjustable stem packing, solder or threaded ends; and 150 psig SWP 600-psig CWP rating. a. Manufactures: 1) Crane Valve Group. 2) NIBCO. 3) Milwaukee Valve. 2.6 GATE VALVES A. Gate Valve, 4-Inches and Larger: Comply with the requirements of Section 15101 B. Gate Valve, Bronze, 3-inch and Smaller: 15100-4 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 1. Class 150 bronze construction, union bonnet, solid wedge disc, non -rising stem with threaded ends, rated for 150-psi SWP, 300-psi CWP. Conforms to MSS SP-80, Type 1. 2. Use rising stem gate valves when piping is to be insulated. 3. Manufacturers: a. Crane Valve Group. b. NIBCO. C. Milwaukee Valve. 2.7 MISCELLANEOUS VALVES AND RELATED ITEMS A. Gauge Cock: 1. Description: 1/4-inch bronze body, hexagon end pattern, tee head, male ends, rated 125-psi CWP. 2. Manufacture and Product: United brass Works; Figure 973. B. Corporation Stop: 1. AWWA C800 type, tapere4d threade4d inlet, except when connecting to tapped fittings which require IPS tapered threads, outlet compression connection or IPS threads to suit connecting pipe, stop 1-inch and smaller rated 100-psi, larger stop rated 80-psi. 2. Manufacturers: a. Ford Meter Box Co. b. Mueller Co. C. Sampling Valve: 1. Description: Insertion type, Type 304 stainless steel bonnet, Type 316 stainless steel piston and stem, threaded end connections, hand crank, rated 600-psig CWP. 2. Manufactures and Products: a. Strahman; SV700. 2.8 SELF-CONTAINED AUTOMATIC VALVES A. Pressure -Reducing Valve, 2-1/2 Inches and Smaller. 1. Type: Direct diaphragm operated, spring controlled, bronze body. 2. Size(s) and Rating(s): As shown in valve Schedule. 3. Manufacturers and Products: a. Fisher; Type 75A. b. Mueller; Series H-93 10. B. Pressure -Reducing Valve, 3-inches and Larger: 1. Function: a. Automatically reduces a higher inlet pressure to a steady lower downstream pressure, regardless of changing flow rate and/or varying inlet pressure. b. Pilot -operated regulator capable of holding downstream pressure to a pre -determined limit. When downstream pressure exceeds the pressure setting of the control pilot, the main valve and pilot valve close bubble - tight. 2. Main Valve: Hydraulically operated, single diaphragm -actuated, pilot controlled, globe valve, consisting of: 15100-5 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 a. Ductile iron, ASTM A536, or cast steel, ASTM A216-WCB, body and bolted cover. All working parts shall be accessible without removal of the valve from the line. b. Disc Retainer and Diaphragm Washer: Cast Iron. C. Trim: Disc guide, seat and cover bearing, bronze or stainless steel. d. Disc: Buna-N rubber. e. Stem, Nut and Spring: Stainless steel. f. End Connections: Flange, 150 ANSI. g. Flows: See Valve Schedule. 3. Pilot Control System: Direct -acting, adjustable, spring -loaded, normally open, diaphragm valve, designed to permit flow when pressure is less than the spring setting. a. Pilot Control: Bronze, ASTM B62. b. Trim: Type 303 stainless steel. C. Disc: Buna-N rubber. d. Adjustment Ranges: See Valve Schedule. 4._ Manufacturers and Products: a. CLA-VAL; Model 90 b. Bermad; Model 720 C. GA Industries; C. Solenoid Valve, 2-Inch and Smaller: 1. Type: Two-way internal pilot operated diaphragm type, brass body, resilient seat suitable for air or water, solenoid coil molded epoxy, NEMA Class A, 120 volts ac, 60-Hz, unless otherwise indicated. Solenoid enclosure NEMA 250, Type 4, unless otherwise indicated. 2. Sizes and normal position (OPEN or CLOSED) as indicated. 3. Minimum operating pressure differential no greater than 5-psig, maximum -' operating pressure differential not less than 125-psisg. 4. Manufacturers: a. ASCO b. Skinner D. Ball Valves, Electric Operated, 2-Inch and Smaller: 1. Type: Continuous duty rated true union ball valve with manual override and NEMA 4X nonmetallic housing over actuator, closure time 6 seconds for 90' cycle. 2. Materials. a. Body: PVC or CPVC to match piping, minimum pressure rating 230-psi. b. Seals: EDPM or Vitron as applicable for intended service. C. Motor: Heavy duty gear train, reversible motor with thermal overload switch, 120-volt, 60-Hz, with position indicator. 3. Manufactures and Products: a. GF Model 346 ball valve with Type EA20 actuator and Type 126 bracket. 2.9 APPURTANCES A. Manual Operators: 1. Provide manual operators on valves, except those which are equipped with power actuated operators or designed for automatic operation. 15100-6 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 a. Operator force not to exceed 40 pounds under any operating conditions, including initial breakaway. Gear reduction operator when force exceeds 40 pounds. b. Operator self-locking or equipped with self-locking devices. 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 threaded steel reach rods with internally bronze or ductile iron nut. 2. Exposed Operator: a. Galvanized and painted handwheels. b. Lever operators allowed on valves 6-inches and smaller. C. Cranks on gear operators. d. Chain wheel operator with tie backs, extension stem, floor stands, and other accessories to permit operation from normal operation level. e. Valve handles to take a padlock and handwheels a chain and padlock. f. Handwheels to comply with requirements of AWWA C500, Section 3.15 "Wrench Nuts and Handwheels." 3. Buried Valves: Wrench Nuts: a. Buried Valves: 2-1/2 Inch and Smaller: Provide cross handle for operation by a forked key. b. Buried Valves, 3-Inch and Larger: Provide wrench nuts on buried valves, on valves which are to be operated through floor boxes and where shown on Drawings. 1) Comply with requirements of AWWA C500, Section 3.15 "Wrench Nuts and Handwheels." 2) Furnish no less than two operating keys for operation of wrench nut operating valves. C. Provide concrete pad, 2 foot square by 6-inch thick concrete around valve box at ground surface. 4. Design buried service valves for quarter -turn valves to withstand 450 foot- pounds of input torque at the FULLY OPEN or FULLY CLOSED positions, grease packed and gasketed to withstand a submersion in water to 10-psi. 5. Buried valves shall have a valve box. Valve box and bonnet shall be cast iron. All components of shaft extensions shall be Type 316 stainless steel including nut shaft, shaft housing and guides. 6. Extension stem diameter shall be 1-inch or diameter of valve shaft, which ever is greater. 7. Stem guides made of cast iron with bronze bushings with adjustable offset. Provide stem guides at 5-foot intervals. B. Chain Wheel and Guide: Handwheel direct mounted, with galvanized or cadmium - plated chain. C. Operating Stands: 1. Provide fabricated steel or cast iron operating stands in locations shown on the Drawings. 2. Support handwheel or operator approximately 36-inches above finish floor. 3. Handwheel diameter will not be less than 8-inches. 4. Provide sleeve made for opening in floor beneath each operating stand. 5. Provide suitable thrust bearing in each operating stand to carry weight of �— extension stem. 15100-7 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 D. Valve Boxes: 1. Cast iron, extension sleeve type, suitable for depth of cover required by Drawings. 2. Not less than 5-inches in diameter and minimum thickness at any point of 3/16- inches; provide valve boxes with suitable cast iron bonnets, bases and covers. 3. Provide covers; cast thereon an appropriate name designating service for which valve is used. 4. When located in traffic areas, designed for H-20 loadings. 5. Set valves and valve boxes plumb; place each valve box directly over valve it serves, with top of box flush with finished grade. 6. As shown on Drawings, provide concrete pad around valve surface box at ground surface. E. Extension Stem: 1. Provide extension stem when depth of valve is more than 3-feet below finish grade. 2. Provide extension stem with wrench nut locating the wrench nut 6-inches below ground surface and/or box cover. 3. Extension stem shall locate wrench nut in floor box. F. Floor Box and Stem: Plain type for support of non -rising type stem, complete with stem, operating nut, and stem guide brackets. Provide stainless steel guides with adjustable offset. Spaced such that stem UR ratio does not exceed 200. Anchor bots to be Type 316 stainless steel. G. Torque Tube: Where operator for quarter -turn valve is located on floor stand, furnish extension stem torque tube of a type properly sized for maximum torque capacity of valve. H. Identification: Provide valve identification tags in accordance with Division 10 Section 10952"Identification, Stenciling, and Tagging" and as specified in the various Valve Schedules and as shown on the Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine piping system for compliance with requirements for installation tolerances. and other conditions effecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. B. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion. Remove special packing materials, such as blocks, used to prevent disc movement during shipping and handling. C. Operate valves in positions from fully open to fully close. Examine guides and seats made accessible by such operations. D. Examine threads on valve and mating pipe for form and cleanliness. E. Examine mating flange faces for conditions that might cause leakage. Check bolting for proper size, length, and material. Verify that gasket is of proper size, that its material composition is suitable for service, and that it is free from defects and damage. 15100-8 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 F. Do not attempt to repair defective valves; replace with new valves. 3.2 INSTALLATION A. General: 1. Install valves, floorstands, valve boxes, and appurtenances in accordance with the Drawings and manufacturers instructions. 2. Install valves and operators or actuators to provide for ease of access and operation. 3. Install buried valve B. Flanged Ends: 1. Bolt holes shall straddle vertical centerline of pipe. 2. Clean flange faces, insert gasket and bolts, and tighten nuts progressively and uniformly. C. Threaded Ends: 1. Clean threads by wire brushing or swabbing. 2. Apply joint compound. D. Valve Installation: 1. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate general arrangement of piping, fittings, and specialties. 2. Install valves with unions or flanges at each piece of equipment arranged to allow service, maintenance, and equipment removal without system shutdown. 3. Locate valves for easy access and provide separate support where necessary. Provide access doors in finished walls and plaster ceilings for valve access. 4. Install valves in horizontal piping with stem at or above center of pipe. -- a. Butterfly valves will be installed with stem horizontal to allow support for the disc and the cleaning action of the disc. b. Unless otherwise noted, install operating stem vertical in horizontal runs of pipe having centerline elevations 4-feet 6-inches or less above finished floor. C. Unless otherwise noted, install operating stem horizontal in horizontal runs of pipe having centerline elevation between 4-feet 6-inches and 7- feet above finish floor. 5. Install valves in position to allow full stem movement. 6. Install check valves for proper direction of flow and as follows: a. Swing Check Valves: In horizontal position with hinge pin level. b. Dual -Plate Check Valves: In horizontal or vertical position, between flanges. C. Lift Check Valves: With stem upright and plumb. 7. Butterfly valves shall be installed with stems horizontal. 8. If a plug valve seat position is not shown, locate as follows: a. Horizontal low: The flow shall produce an "unseating" pressure; the plug shall open into the top half of valve. b. Vertical Flow: Install seat in the highest portion of the valve. 9. Install 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. 10. Provide union or flanged connection within two feet of each threaded end valve unless valve can be otherwise easily removed from piping. 15100-9 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 11. Install safety isolation valves on compressed air lines which have stored energy in accordance with latest OSHA requirements. E. Valve Operators: 1. Manual Operators: a. Provide manual operators on valves, except those which are equipped with power actuated operators or designed for automatic operation. b. Unless otherwise specified in the various valve sections, provide handwheel or lever operators for valves, 6-inch and smaller, and gear operators for valves, 8-inch and larger. 2. Buried Service: a. 2-1/2 inch and smaller: b. 3-inch and Larger (not installed in Valve Vault): 1) Provide stainless steel shaft extension and wrench nut. Minimum extension stem diameter shall be 1-inch or diameter of valve shaft, whichever is larger. 2) Provide valve box, bonnet and cover. C. Wrench nut, handwheel and gear operator shall comply with the requirements of applicable AWWA Standards. d. As shown on the Drawings, buried Valves, 8-inch and larger, shall rest on concrete pad. Pad shall extend full width of trench, from back-to-back of hub or flange. 3. Above Ground Service: a. 3-inch and Larger: gear operators all valves 8-inch and larger, unless otherwise noted. b. Chain Wheel Operators: Install chain wheel operators on valves 4-inch and larger and more than 84 inches above floor, unless otherwise noted. Extend chains to 60 inches above finished floor elevation. Where chains hang in normally travel areas, use appropriate °L° type tie -back anchors. 4. Electric and pneumatic operators and actuators shall comply with the requirements of the applicable Division 15 operator section. 3.3 FIELD QUALITY CONTROL A. Perform Tests and Inspections: 1. Valve may be either tested while testing pipelines, or as a separate step. 2. Test that valve opens and closes smoothly with operating pressure on one side and atmospheric pressure on the other, in both directions for two-way valve and applications. 3. Count and record the number of turns to open and close valve; account for any discrepancies with manufacturer's data. 4. Set, verify, and record set pressures for all relief and regulating valves. 5. Automatic valves to be tested in conjunction with control system testing and as specified under Manufacturer's services. B. Prepare test and inspection reports. 3.4 MANUFACTURERS' SERVICES A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and valve installations, including connections, and to assist in testing. Provide in accordance with Division 1 Section 01640 Manufacturers' Services." 15100-10 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS 0318-042-01 B. For every [three]<Insert number> powered operated valves or gates, or less, provided on the Project, a qualified manufacturers' representative shall be present at the Project site for the minimum person -days, travel excluded, as indicated: Person -Days Activitv Description 1/2 Inspection of valve installation, functional testing, and certification valve assembly has been installed and tested in accordance.with manufacturer's instructions and these specifications. 1/2 Plant startup. 1/2 Training of OWNER"S personnel in operation and maintenance. C. Startup Services; Comply with the requirements of Division 1 Section 01810 "Equipment Testing and Facility Startup." D. Training of OWNER"S Personnel: Comply with the requirements of Division 1 Section 01820 "Demonstration and Training." 3.5 VALVE SCHEDULE _ A. Refer to Drawings for type, size, end connections, and locations for all valves. END OF SECTION 15100-11 August 2009 VALVES: BASIC REQUIREMENTS AND MISCELLANEOUS PROJECT NUMBER 15100-12 Month Year VALVES AND RELATED ITEMS 0318-042-01 SECTION 15101 GATE VALVES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes the following gate valves: 1. AWWA Resilient -seated gate valves, 3-inch and larger. PART 2 - PRODUCTS 2.1 GENERAL A. Valve to include operator, actuator, handwheel; chain wheel, extension stem, floor stand, worm and gear operator, operating nut, chain, wrench, valve boxes, and all accessories and related equipment for a complete operating system. Refer to P&D Drawings for valves requiring limit switches, electric or pneumatic operators, and related controls. B. Comply with the following: 1. Suitable for intended service. Renewable parts not to be of a lower quality than specified. 2. Same size as adjacent piping. 3. Ends to suit adjacent piping. 4. Operator sized to operate valve for full range of pressures and velocities. 5. Open by turning counterclockwise, unless otherwise specified. 6. Factory mount operator, actuator and accessories. C. Obtain all valves and associated manual operators from a single manufacturer. D. Gate valves shall be of the resilient seated design unless otherwise noted in the Gate Valve Schedule. 2.2 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. ACIPCO American Flow Control 2. American R/D 3. Clow Valve Co. 4. Kennedy 5. Mueller. 15101-1 August 2009 GATE VALVES 0318-042-01 2.3 VALVE DESCRIPTION A. AWWA Gate Valves, 3-inch and Larger, Resilient -Seated: 1. Construction: Iron body, bronze -mounted, non -rising stem (NRS), including tapping valves, 3-inch through 30-inch, and outside, screw and yoke (OS&Y), 3-inch through 30-inch. 2. Seats: Resilient seats bonded to wedge for seating against a corrosion resistance surface. 3. Operating Pressure: a. 12-inch and smaller, 200 psig b. 16-inch thru 30-inch, 150 psig 4. Flange Ends (Unless other wise specified): a. Meter: Flanged, ANSI B16.1, Class 250. b. Buried Service: Mechanical joints, ANSI/AWWA C111/A21.11. 5. Comply with requirements of AWWA C509 "Resilient -Seated Gate Valves for Water Supply Service." 2.4 OPERATORS A. Buried Service: 1. 3-inch and Larger: a. Non -rising stem with stainless steel shaft extension and wrench nut. Minimum extension stem diameter shall be 1-inch or diameter of valve shaft, whichever is larger. b. Provide valve box, bonnet and cover. B. Wrench nut, handwheel and gear operator shall comply with the requirements of applicable AWWA Standard previously reference. PART 3 - EXECUTION 3.1 INSTALLATION A. Refer to Division 15 Section 15100 "Valves; Basic Requirements and Miscellaneous" for Execution requirements for the installation, field quality control, and manufacturer's services. 3.2 VALVE SCHEDULE A. Refer to Drawings for type, size, end connections, and locations for all valves. END OF SECTION 15101-2 August 2009 GATE VALVES 0318-042-01 SECTION 15143 CONTROL VALVE, HYDRAULICALLY -ACTUATED PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Valve hydraulic operation, components, parameters, and accessories. B. Related Sections: 1. Refer to Division 15 Section 15100 "Valves: Basic Requirements and Miscellaneous" for information regarding submittals; coordination; material delivery, handling, and storage; projection conditions; design requirements; other materials; installation; field testing; and related work. 1.3 PERFORMANCE REQUIREMENTS A. Function: When demand exceeds the flow settings, the valve shall limit the flow to the preselected maximum rate. B. Design Requirements: 1. Control valve, supports, anchors and fasteners shall be of adequate strength to withstand the forces and loads associated with opening, closing, turbulence, thrusts from liquid movement, thermal expansion and contraction and other loads encountered under normal operating conditions. 2. Fasteners and hardware shall be Type 316 stainless steel. Mounting brackets that are exposed to the water or to seal or packing leakage shall be Type 316 stainless steel or other acceptable non -corrosive material. 3. Control valve operating requirements are listed in Table 1. { Valve Identification { Quantity I Service Location { Flow Range, ipm { Temperature, F { Upstream Pressure, psi { Max Flow Rate, qpm { Remarks Table 1 Control Valve Operating Conditions CV-049 CV-049 1 1 Flow control, reclaimed water to member City JW Dunlop Sports Complex Meter Station 0to49 35 to 95 30 to 98 49 Within Vault Installation Flow control, reclaimed water to member City Chester Ditto Golf Course Meter Station 0 to 2, 674 35 to 95 30 to 92 2, 674 Within Vault Installation 15143-1 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED 0318-042-01 1.4 SUBMITTALS A. Product Data: Provide construction individual components and profiles, furnished specialties and accessories. details, material descriptions, dimensions of rated capacities, operating characteristics, and B. Shop Drawings: Provide plans, elevations, sections, details, and attachments to other work. 1. Detail control valve assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Layout drawings including all proposed system components with dimensions, clearances required and sizes indicated, and arrangement and size of connections. 3. Provide a computerized cavitation chart which shows flow rate, differential pressure, percentage of valve opening, Cv factor, system velocity, and if there will be cavitation damage. 4. Submit a "summary table including the following information for each valve and actuator: a. Description including type and size of valve, size of operator and accessories included. b. Size and end connections. C. Maximum non -shock working pressure, maximum allowable seating pressure, and burst pressure for which valve is designed. d. Valve K or Cv value. e. Manufacturers' make and model. 5. Specific design parameters for this project as specified herein. 6. Sequenced operational control description indicating adjustment ranges and set points for each device and resulting action for failure to complete the individual sequences. 7. Layout, sizes, types and materials for anchor bolts to be famished. C. Operation and Maintenance Data: Provide in manufacture specified operation and maintenance data. D. Information Submittals: 1. Manufacturer's Certification of Compliance. 2. Special shipping, storage and protection, and handling instructions. 3. Manufacturer's instructions for installation. 4. Manufacturer's Certificate of Proper Installation. 5. Qualification Data: For manufacturer and manufacturer's representative. 6. Location of nearest stocking distributor of spare parts. 7. Suggested spare parts list to maintain the equipment in service for a period of one year. Include a list of special tools required for checking, testing, parts replacement, and maintenance with current pricing information. 8. Coordination Drawings: Consisting of control valve, operator, mounting bracket, accessories, pressure guages, and other details, drawn to scale, on which all components of the system are shown and coordinated with each other. 9. Qualification Data: For qualified manufacturer and factory -authorized service representative. 10. Source quality -control reports. 15143-2 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED 0318-042-01 11. Field quality -control reports. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Control valves shall be the product of a manufacturer having at least ten (10) U.S. installations of the type being proposed, each with a minimum of 5 years of satisfactory service. 2. A list of similar installations shall be furnished with the shop drawing submittal, including names and telephone numbers of contacts. B. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. C. Source Limitations: Obtain valve and accessories from single system supplier. 1.6 PROJECT CONDITIONS A. NSF Certified: All surfaces and materials in contact with water or in contact with a chemical being added to water that is being treated for potable water use and conveyance, shall comply with the requirements of the Safe Drinking Water Act and shall conform to NSF-61. Product shall bear the mark or seal of an accredited testing laboratory. B. Environmental Conditions: 1. All equipment specified herein shall be specifically designed for this service and the environment encountered in this installation. 2. When installed in wastewater treatment areas, the environment will be moist and corrosive; exhibiting hydrogen sulfide and other corrosive gases encountered in municipal wastewater treatment plants. 3. Designed and capable of operation at ambient temperatures of 0°F to 110°F. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store system components in accordance with shop drawings and manufacturer's written instructions. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components that fail(s) in materials or workmanship within specified warranty period. 1. Warranty Period: Two (2) years from date of Substantial Completion. 2. Cost for the removal, shipment, repair and installation by CONTRACTOR shall be included in warranty, as well as correction of defective work. 15143-3 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED 0318-042-01 PART 2-PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. CLA-VAL 2. Or approved equal Bermad Control Valve 2.2 CONTROL VALVE ASSEMBLY A. Main Control Valve: 1. Description: Consist of a main valve assembly and a pilot system of hydraulic operated, completely assembled, tested, and ready for field installation. 2. Main Valve body: a. Materials of Construction: 1) Body: Ductile iron, ASTM A-536 2) Cover: Ductile iron, ASTM A-536. 3) Valve Trim: Type 316 stainless steel. 4) Valve Seat: Type 316 stainless steel. 5) Rubber Material: Buna "N". b. Globe or angle style as designated, with integral flanges, faced and drilled per ANSI B16.1, Class as designated. C. Valve shall be full -ported, with a flow area through the valve no less than the area of its nominal pipe size. 3. Main Valve Operation: Operates on differential diaphragm principle as described below. a. Diaphragm Type: 1) Provide a resilient, synthetic rubber disc, with a rectangular cross- section contained on three and one-half sides by a disc retainer, forming a tight seal against a single removable seat insert. 2) Disc guide shall be contoured type permitting smooth transition of flow holding the disc firmly in place. 3) Disc retainer shall be one-piece design capable of withstanding opening and closing shocks, having straight edge sides and a radius at the top edge to prevent excessive diaphragm wear. 4) Provide a non-magnetic Type 303 stainless steel stem of sufficient diameter to withstand high hydraulic pressures, fully guided at both ends by a bearing in the valve cover and an integral bearing in the valve seat. 5) Seat shall be a solid, one-piece design, with a minimum five -degree taper on the seating surface for a positive, drip -tight shut off. 6) Diaphragm shall consist of nylon fabric bonded with synthetic rubber compatible with the operating fluid. a) Withstand a Mullins Burst Test of a minimum of 600 psi per layer of nylon fabric and shall be cycle tested 100,000 times to insure longevity. 15143-4 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED 0318-042-01 b) Supported in the valve body and cover by machined surfaces which support no less than one-half of the total surface area of the diaphragm in either the fully open or fully closed position. 4. Cover: The valve cover shall be removable to allow access to all internal components. 5. Mounting: Provide an integral bottom pad or feet allowing the valve to rest on a pier. B. Pilot Control System 1. CONTRACTOR shall engage a factory -authorized service representative to assist in the installation of the Pilot Control System. 2. Pilot system shall be suitable for the working pressure range specified. 3. The pilot system shall contain a pressure reducing pilot designed to close when controlling pressure is above the adjustable spring setting. 4. The pilot system shall contain a differential . pilot designed to close when controlling differential exceeds the adjustable spring setting. 5. The pilot control system shall contain a fixed orifice. No variable orifices shall be permitted. 6. Orifice plate flange assembly shall -be included and mounted one to five pipe diameters downstream or as shown on the plans. 7. The CONTRACTOR shall connect the sensing line between the pilot system and the orifice plate. 8. Liquid to the pilot shall be filtered by means of an inline filter, and stainless steel cock valves shall be provided to isolate the control loop. 9. Piping: a. CONTRACTOR to provide 1-inch taps with stainless steel ball valves and connect the valve sensing/pilot supply connection to the main header with stainless steel tubing and fittings. b. Provide cock valves to isolate the control loop. C. Connection to Main. Header: Connect the sensing/pilot supply to the main header using minimum 3/4-inch stainless steel (SS 316) tubing or of the size recommended by the valve supplier. d. Control Loop: Stainless steel (SS 316). e. Provide stainless steel tubing ball valves. f. Pressure Gauge: Provide a 4-inch diameter glycerin filled pressure gauge with isolation valve. 2.3 CONTROL VALVE OPERATION A. Valve Operation. 1. The CONTRACTOR shall seek the consultation of a factory -authorized service representative for proper valve operation. B. Valve Position Indication: Provide a visual indication of valve position. 2.4 FINISHES A. Select the finish coating for the equipment based on location, substrate, and environment. Refer to Division 9 Section 09910 "Painting and Protective Coatings" and Coating System Schedule for information. 15143-5 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED 0318-042-01 1 1. Exterior Coating: Provide polyurethane, pigmented (over epoxy zinc rich primer and high build epoxy. 2. Interior Coating: Provide fusion bonded epoxy, NSF 61 and WRAS approved. B. All cast iron and carbon steel components in contact with potable water shall receive surface preparation, shop primer coat, and one shop furnish coat of epoxy suitable for potable water services. C. Clean all stainless steel surfaces and provide glass bead blast or chemically treat all external non -wetted stainless steel to a uniform finish. D. Machined, polished, and non-ferrous surfaces shall be coated with a corrosion prevention compound. 2.5 ACCESSORIES A. Valve Identification Plate: A 16-gauge stainless steel identification plate shall be securely mounted on the valve in a readily visible location. The plate shall bear 1/4- inch die -stamped valve identification number indicated in this Section and/or on the Drawings. B. Lifting Lugs: Individual equipment and/or each field disassemble part weighing over 100 pounds shall be provided with lifting lugs 2.6 SOURCE QUALITY CONTROL A. Factory Tests: Testing and inspection of factory assembled control valve shall be accomplished by manufacturer prior to shipment. Upon satisfactory completion of testing, the assembly will be disassembled into subcomponent assemblies for shipment and installation. At the manufacturer's option, the units may also be shipped to the site as complete assemblies, providing said assemblies can be installed as a complete assembly. Complete factory performance assurance testing shall be required prior to shipment. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine piping system for compliance with requirements for installation tolerances and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. B. Examine control valve assembly in accordance with the requirements .of Division 15 Section 15100 "Valves: Basic Requirements and Miscellaneous." 3.2 INSTALLATION A. Install and adjust control valves in accordance with the Drawings, approved shop drawings, and the manufacturer's instructions. 15143-6 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED 0318-042-01 B. Comply with the requirements of Division 15 Section 15100 "Valves: Basic Requirements and Miscellaneous." 3.3 ASSEMBLY AND INSTALLATION A. Assemble and install control valve in accordance with the manufacturer's instructions. 1. Do not cut or weld any stainless steel component in the field. Violation of this requirement will result in rejection of affected components. 2. Remove temporary bracing supports and other construction debris that may. damage valve and operator. 3. Remove protective coatings and oils used for protection during shipment and installation. 4. Check control valve for correct direction of rotation and freedom of moving parts. 5. Align control valve to Manufacturer's tolerances. Adjust clearances and torques. 6. Adjust or modify control valve to ensure proper operation. 7. Flush, fill, and grease lubricated systems in accordance with Manufacturer's instructions. B. Touch up scratches and scrapes in painted surfaces in accordance with Division 9 Section 09910 "Painting and Protective Coatings." C. Check installation prior to start-up for conformance to manufacturer's instructions. Adjust or modify valve and operator to ensure proper operation. 3.4 Manufacturers' services M A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and valve installations, including connections, and to assist in testing. 3.5 FIELD QUALITY CONTROL A. Perform tests and inspections. 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and valve installations, including connections, and to assist in testing. B. Tests and Inspections: 1. Test that valve opens and closes smoothly with operating pressure on one side and atmospheric pressure on the other. 2. Each valve must perform in a manner acceptable to the ENGINEER before final acceptance will be made by the OWNER. 3. Prepare test and inspection reports. END OF SECTION 15143-7 September 2009 CONTROL VALVE, HYDRAULICALLY -ACTUATED Part F nds and Insurance Bond No. 2105800 PERFORMANCE BOND �+ THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) W.R. Hodgson Co., LP , a (2) Partnership of Celina, TX hereinafter called Principal, and (3) North American Specialty Insurance Company , 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: Four Million Seven Hundred Twenty -Six Thousand Seven Hundred Twenty -Nine and 50/100ths ($ 4,726,729.50) 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 -RUS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the Ciiy of Fort Worth. the Owner, dated the NNOW 0 day of_f)!Ct►w%acr. A.D. Lc)g�, a copy of which is hereto attached and made a part hereof, for the construction of: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 designated as Project No-(s) P275-705140021387 . 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". 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 extensions 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. F-1 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 wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of tune, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instnuneut is executed in six cowumpw Ls each one of which shall be deemed an original, this the tth day of GG )0jC, A-D., 1-9zaA. ATTEST: ' P 'CIPAL (4) W.R. Hodgson Co., LP BY:/>7' �teven Nickman, EVP/CFO (Principle) Secretary 10165 C.R. 106 T�- ) Celina, TX 75009 (Address) 1)itness to Principal Address North American Specialty Insurance Company Suretv ATTEST: By:_. (Attorney -in -fact) (5) Sandra Lee*Roney ( urety)ftws y (Address) (S E A L) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor Patty Bartlett (2) A Corporation, a Partnership or an Witness as to Surety Individual, as the case may be (3) Correct name of Surety 5057 Keller Springs Rd., Suite 400 (4) If Contractor is Partnership, all Partners (Address) should execute Bond Addison, TX 75001 (5) A True copy of Power of Attorney shall be attached to Bond by Attorney -in -fact F-2 PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That we, (1) W.R. Hodgson Co., LP Collin Bond No. 2105800 KNOW ALI. BY THESES PRESENTS: County, Texas North American Specialty Insurance Company a (2) Partnership of hereinafter called Principal and (3) , a corporation organized and existing under the laws of the State igSand 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 Four Million Seven Hundred Twenty -Six Thousand improvements hereinafter referred to in the penal sum of Seven Hundred Twenty -Nine and 50/100ths Dollars ($4,726,729.50----------- ) 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 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 day ofbMf_r_6> 20pl, a copy of which is hereto attached and made a part hereof, for the consideration of: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 designated as Project Number P275-705140021387 , a copy of which contract is hereto 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". NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code, 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 claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the bond as provided in Chapter 2253, Texas Government Code. F-3 PROVIDE FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work be performed thereunder or the specification accompanying the same shall in any wise 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 the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESS WHEREOF, this instrument is executed_ in six counterparts, each one of which shall be deemed an original, this $1'�' day of-11"'k-CGm1Orrr . 2004 ATTEST: (Principal) Secretary (SEA.) (Witness as t P ' cipal) (Address) ATTEST: (Surety) c (SEAL) Patty Bartlett Witness as to Surety 5057 Keller Springs Rd., Suite 400 Address Addison, TX 75001 W.R. Hod son Co., LP Princi -- BY` % vrib1�-- Steven Nickman, EVP/CFO (Printed Name/Title) 10165 C.R.106 Address Celina, TX 75009 City/State/Zip North American Specialty Insurance Company (Surety) n BY: Attorney -in -Fact (5) Sandra Lee Ron 12770 Merit Dr., Suite 600 Address Dallas, TX 75251 City/State/Zip Note, (late of bond mnet not he. before the date of award of rnntract (1) Correct name of Contractor (2) A corporation, partnership, or individual as the case may he (3) Correct name of Surety (4) if Contractor is a partnership, the Contract must be executed by the managing or general partner of the partnership F-4 00"'A APOA NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint SAND" JOE MULLIS, JR., JOHN WILLIAM NEWBY, ROBERT DONALD HURST, PATRICIA LEE BARTLETT, JULIE STORM, WILBERT RAYMOND WATSON, CAROLYN J. GOODENOUGH and SANDRA LEE RONEY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 20 of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating ihereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon tht Company when su affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." tl t� di%Aury/7 ity-J�irp �44 is Byrr�'Gpi'PtSRiT n _ St-eu P. waderauu, PrV4deot @ Chief Esecutrve OMMY of Waedagton lnteraadooa) inaursom Company $ �••' 3? i1773 yFnm = & Senior Vice President of North American Specialty loauramee Company t ? 'yam � '•yA,tlP•`'- �p t /fhl/I111aNtt� y David M. Iwymao, Seafor Vice Preciden% Washington International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September 2008. North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 30th day of September 20 08 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective companies. `OAI' MtiA R SKCEM Notii9 PubI+c, State of Itlsros yc wWin,ll{Omil Donna D. Sklens No Public � 1, James A. Carnenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of wt , 20 . James & Carpenter, Vice President & Assistant Secretary of Washington lnternational Imurence Company & North American Specialty insurance Company IMPORTANT NOTICE In order to obtain information or make a complaint: You may contact Jim Carpenter, Vice President - Claims, at 1-800-338-0753. You may call Washington International Insurance Company and/or North American Specialty Insurance Company's toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company at the following address: 1200 Arlington Heights Road #400 Itasca, IL 60143 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1- 800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection6a tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the Washington International Insurance Company and/or North American Specialty Insurance Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IlAPORTANTE Para obtener information o para someter un queja: Puede comunicarse con Jim Carpenter, Vice President - Claims, at 1-800-338-0753. Usted puede llamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's para informacion o para someter una queja at: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company at: 1200 Arlington Heights Road #400 Itasca, IL 60143 Puede escribir at Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas at: 1- 800-252-3439 Puede escribir at Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httn://www.tdi.state.tx.us E-mail: Co ns u merP rotection(a), tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el Departmento de Seguros de Texas. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infromacion y no se converte en parte o condicion del documento adjunto. Bond No. 2105801 MAINTENANCE BOND THE STATE OF TEXAS S COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That we (1) W.R. Hodgson Co., LP as Principal, acting herein by and through (2) Steven Nickman its duly authorized EVP/CFO and (3) North American Specialty Insurance Company a corporation organized and existing under the laws of the State of New Hampshire , 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: " See Below Dollars ($4,762,729.50 ) 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. •• Four Million Seven Hundred Sixty -Two Thousand Seven Hundred twenty -Nine and 50/100ths This obligation is conditioned, however; that, WHEREAS, the Principal hps entered into a certain contract with the City of Fort Worth, the Owner, dated IZ1* O9i for the performance of the following described public work and the construction of the following described public improvements: �.. VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 all of the same being referred to herein and in said contract as the Work and being designated as Project No.(s) P275-705140021387 ; 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, 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 2 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 2 years ; and, WHEREAS, sad 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 F-5 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 damages in the premises as prescribed by said contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive brcaches 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, IN WITNESS WBEREOF, this instrument is executed in Six (6) counterparts, each one of which shall be deemed an original, dated I�GCmla�r ATTEST: P CIPAL (4) W.R. Hodgson Co., LP BY: '4 iA Steven Nickman, EVPI CFO kTrinciple) Secretary T� L) /— Cr , 4Witne sto Principal Address ATTEST: (Surety) fta"W7 (SEAL) Patty Bartlett Witness as to Surety 5057 Keller Springs Rd., Suite 400 (Address) Addison, TX 75001 10165 C.R. 106, Celina, TX 75009 (Address) North American Specialty Insurance Company Surety By: w11-14-1 Sandra ee Roney (Attorney-ui-fact) (5) 12770 Merit Dr., Suite 600, Dallas, TX 75251 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an Individual, as the case may be (3) Correct name of Surety (4) If Contractor is Partnership, all Partners should execute Bond (5) A True copy of Power of Attorney shall be attached to Bond by Attorney -in -fact l±-6 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: SAMMY JOE MULLIS, JR., JOHN WILLIAM NEWBY, ROBERT DONALD HURST, PATRICIA LEE BARTLETT, JULIE STORM, WILBERT RAYMOND WATSON, CAROLYN J. GOODENOUGH and SANDRA LEE RONEY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: TWENTY-FIVE MILLION ($25,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Cj%1Wpp94s By s,. 81cveo P. Audcrsua, Prcaldmt Bc Cb4f Eateutice Omcer of Washington International Insurance Company rr SEAL i & Senior Vice President of North American Specialty Insurance Company gigfqHillplh�t� y si David M. layman, Senior Vice Presideuloglon International Insurance Company & Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 30th day of September 20. 08 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Du Page ss: On this 30th day of September 20 08 before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington Intemational Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resnective companies. lOFFzt7ALMAU - RP D. SKLEMot°�'�6Ot�0°nDonna D. Sklens, No Public oi�on Eapira 1(�04�II I, James A. Caroenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. 1N WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of r► , 20�. James A. Carpenter, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company O CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Veron's Annotated Civil Statues, Contractor Certifies that it provides worker's compensation insurance coverage for all of its employees employed on City of Fort Worth Project Village Creek Reclaimed Water Eastern Delivery System Distribution Main Part 2, Number P275-705140021387 . CONT TO By: Title Date STATE OF TEXAS § COUNTY OF TARRANT § 4FO E, the undersigned authority, on this day personally appeared IC�Mii►� , 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 �„�.It. aoAo. LP for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this of^J�rnbrr 200J_. QP� P�©, KELLY DENISE EVANS Notary Public R STATE OF TEXAS l �. M Comm. Exp. 03123/2010 No Pub i in and for the State�of Texas OF y tar}' C Vvvvwv.>vvwvvvwvvwvw`""v`"'^t•'v„a�r'. Page 1-Of 1 Part G Contract PART G -CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § THIS CONTRACT, made and entered into—tie-tMb4r' s , 2001, by and between the City of Fort Worth, 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, ereinafter t - rmed" WNER" and •a. of the City of U. County of and State of TeX0 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 improvements described as follows: VILLAGE CREEK RECLAIMED WATER EASTERN DELIVERY SYSTEM DISTRIBUTION MAIN PART 2 Construction Project No. P257-705140021387 and all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all 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 other 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 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. OFF LJ,- RECORD _°, i T Y SECRETARY F-T. WORTH, TX G-1 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 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 therefor, subject to additions and deductions, as provided in the Contract Documents and all approved modifications therefor, and to make payment on account thereof as provided therein. IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadrupligat@34.J�LyW and the day first above written. o0V0, ATTEST: p �q o� d Citv of Fort Worth, Texas (Owner) o a - Parry of the First Part h o �C X 000000 C ap) �aanA �444� Marry Hen , City Secre � Contract huthorizatioa I'�L7AP-i . (SEAL) WITNESSES: Data By: -�C�ed Lam• Fernando Costa, Assistant City Manager Approved for the Fort Worth City Water Department: S. Frank Crumb, P.E., Water Pirector Approved asto Forte and L(tality: OFFICIAL RECOM CITY SECRETARY FT WORTH, TX G-2 Appendix A torm Water Pollution Prevention Plan Engineers, Consultants, Surveyors And Construction Managers s....,..: a romN.a4n ►,""J— March 4, 2008 Mr. Daniel Applegate Alan Plummer Associates, Inc. 1320 S. University Dr., Suite 300 Fort Worth, TX 76107 RE: Village Creek Reclaimed Water Eastern Delivery System Distribution Main — Part 2 Dear Daniel: BDS Technologies, Inc. (BDS) is pleased to submit this Draft Storm Water Pollution Prevention Plan (SWP3) to Alan Plummer Associates, Inc. (APAI) for the above referenced project. This draft SWP3 provides an outline of Best Management Practices (BMPs) as well as the general location of Erosion Control Devices (ECDs) in order to assist in final planning and contractor selection. To comply with TPDES General Permit No. TXR150000, effective March 5, 2008, the following information will be required prior to filing a Notice of Intent (NOI): • Name and contact information of the Primary Operator (Contractor); • Name and contact information of any Secondary Operators (Sub -contractors); • Estimated Start date of the project; and • Locations of any vehicle staging areas, wash down areas, and offsite storage areas. Upon obtaining the additional information, BDS will issue a final SWP3 including detail drawings indicating locations of all Erosion Control Devices (ECDs). BDS appreciates the opportunity to provide environmental services to Alan Plummer Associates, Inc. If there are any questions regarding this SWP3, please call Dr. Taoreed Badmus, P.E. at (214) 747-2500. Sincerely J Taoreed Badmus, Ph.D., P.E. President, BDS Technologies, Inc. 11325 Pegasus St., Suite E200 Dallas, Texas 75238 (214)747-2500 Storm Water Pollution Prevention Plan (SWPPP) For Construction Activities For Village Creek Reclaimed Water Eastern Delivery System Distribution Main — Part 2 City of Fort Worth Water Department 908 Monroe Sreet Fort Worth, TX 76101 Permittees Prepared By: s a c--nl"- ram: BDS Technologies, Inc. 11325 Pegasus Street Suite E-200 Dallas, Texas 75238 March, 2009 Contractor To Be Determined Table of Contents I. Introduction A. Project Location B. Responsibilities of Operators C. Submittal of Notifications II. Project Description A. Nature of Construction Activities B. Construction Phase Sequence C. Area of Construction Activities D. Soil Type E. General Location Map F. Site Map 1= Drainage Patterns 2- Area of Soil Disturbance 3- Location of Structural Control and Stabilization Practices 4- ON/Off-site location (Storage/Staging) 5- Surface Waters 6- Discharge of Storm Water ..� 7- Discharge of Non -Storm Water G. Material Supplies to Construction Site H. Copy of TPDES III. Storm Water Pollution Measures and Controls A. Erosion Control Sequencing 1- Wastewater, Water and Storm Sewer Replacement 2- General Contractor B. Erosion Control Devices & Stabilization Measures C. Other controls 1- Waste Disposal 2- Dust Control 3- Water Source 4- Construction Phase "Best Management Practice", (BMPs) 5- Sanitary Facilities 6- Collection of Trash and Debris D. Stabilization Practices E. Maintenance IV. Inspections and Record Procedures N%WW1 A. Inspections B. Inspection Reports C. Retention of Records V. Certification Exhibits A. General Location Map B. TPDES General Permit TXR 150000, Copy of Construction Site Notice, NOI, NOC, and NOT C. Erosion Control and Storm Sewer Protection 1- Inlet Protection 2- Silt Fence 3- Stabilized Construction Entrance 4- Erosion Control Plans D. Sample Inspection Report E. Delegation Letter 1- Contractor's Delegation Letter 2- City's Delegation Letter ..o, 1. Introduction The purpose of this Storm Water Pollution Prevention Plan, hereinafter referred as (SWP3), is to provide guidelines for prevention of soil pollutants that originates on the construction site from flowing into natural or underground water systems. It is also to identify and address potential sources of pollution that are reasonably expected to affect the quality of discharge from the off -site material storage areas, overburden and stockpiles of dirt, borrow areas, equipment staging areas, vehicle repair and fueling areas. Federal and local regulations require construction contractors to implement plans; procedures and inspections to reduce the negative impact construction activities have on surface water and to minimize erosion. Therefore, the SWP3 should include all the elements necessary for compliance with the new requirements of the Texas Commission on Environmental Quality (TCEQ), Storm Water Program. A. Project location This SWP3 has been exclusively designed for the construction activities of the reclaimed water delivery system installation along the east side of the ..O, Trinity Railway Express right of way to Mosier Valley Rd. and continued on Mosier Valley Rd. & Calloway Cemetery Rd. to S. Main St. (Part 2). GPS coordinates of a central location in the linear project are 32°48'23.38" N, 97006'30.21" W. B. Responsibilities of Operators The Owner/Operator with control over the construction plans and specifications is City of Fort Worth. The Owner's responsibilities are the following: • The operational control over plans and specifications for all areas of this project. • To ensure that the project specifications will provide adequate best management practices (BMPs) to meet the requirements of the TPDES General Permit. • Owner will notify the Contractor in a timely manner if any modifications are necessary to remain in compliance with the general permit. The Contractor/Operator with day-to-day operational control of the construction activities ("Contractor") will be the General Contractor with whom the City contracts to construct the project. The Contractor's responsibilities are: To ensure that this project meets the requirements of the TPDES General Permit. • To implement and maintain the BMPs for this project. • To provide construction inspection as outlined in Sec. IV- A, of the plan. • Prior to the start of construction, Post the signed and dated copy of the Construction Site Notice in a publicly accessible location near where construction is actively underway. Notice for this linear site may be relocated, as necessary, along the length of the project to be safely and readily available for viewing by the general public, local, state, and federal authorities. Place a copy of this SWP3 at the project's construction trailer. If a construction trailer is not provided for this project, place a copy on the project sign. Maintain the Site Notice in that location until completion of all construction activities. C. Submittal of Notifications Notice of Intent (NOI) must be submitted by the primary operator(s) at least seven (7) days prior to commencing construction activities. If using electronic submittal, NOI must be submitted to TCEQ prior to commencing construction activities. Notice of Change (NOC) must be submitted at least fourteen (14) days before the change occurs, if possible. Where a 14-day advance notice is not possible, the operator must submit a NOC within 14 days of the discovery of the change. Authorization must be terminated by submitting the Notice of Termination (NOT). Authorization to discharge under this general permit terminates at midnight on the day the NOT is postmarked for delivery to TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit terminates immediately following confirmation of receipt of the NOT by the TCEQ. II. Project Description A. Nature of Construction Activities This is a linear pipeline construction project approximately 20,409 feet in length. B. Construction Phase Sequence Construction is estimated to begin in Spring 2009. The major construction activities for this project include: ... Installation of approximately 20,409 LF of 30" and 24" (DIP, Steel Pipe, RCCP, HDPE) pipe for underground reclaimed water delivery system. • Re -pavement of disturbed roadways and sidewalks. • Replacement of herbaceous ground cover by seeding and/or sodding. C. Area of Construction Activities The total disturbed area is approximately 14 acres including disturbed right-of-way, staging and storage area. This Project is part of larger common plan totaling 40.36 acres of disturbance. Construction activities will not occur on any Indian Country Lands. D. Soil Type According to the USDA Soil Conservation Service Soil Survey of Tarrant County, Texas, the soils in the vicinity of the Property consist of the following: Aquilla loamy fine sand, Slope: 1 to 5 percent — This type of soil are found on stream terraces. They are somewhat excessively drained, and are not frequently flooded. Arents, frequently flooded, Slope: 1 to 2 percent — This type of soil contains 98% of Arents and similar soils and the rest of the soil is made up of unnamed hydric minor components. They are found on stream terraces and are well drained. Arents, loamy, Slope: 0 to 1 percent — This type of soil are found on stream terraces. They are well drained, and are not frequently flooded. They are nonsaline to very slightly saline. Bastsil fine sandy loam, Slope: 0 to 3 percent & Slope: 0 to 5 percent — This type of soil is made up of well drained, nearly level to gently sloping loamy soils. They are formed in old alluvium on old high stream terraces, have approximately 2% maximum calcium content are not frequently flooded. Birome-Aubrey-Rayex complex, Slope: 5 to 15percent — This type of soil are found on ridges. They are well drained, and are not frequently flooded. They are nonsaline. Pulexas fine sandy loam, Slope: 0 to 1 percent — This type of soil are found on flood plains. They are well drained, have approximately 5% maximum calcium content and are frequently flooded. Silawa fine sandy loam, Slope: 3 to 8 percent— This type of soil are found on stream terraces. They are well drained and are not frequently flooded. Silstid loamy fine sand, Slope: 1 to 5 percent — This type of soil are found on ridges. They are well drained and are not frequently flooded. Trinity Clay, Slope: 0 to 1 percent — plains. They are poorly drained, have content and are frequently flooded. E. General Location Map This type of soil are found on flood approximately 15% maximum calcium A general location map for this project has been provided on Exhibit A. F. Site Map 1. Drainage Patterns The regional topography of the area slopes west-southwest towards Boyd Branch, Hurricane Creek, Walker Branch and eventually into the West Fork of the Trinity River. The area also contains several low lying areas where ponding occurs during heavy rains. The area of this construction project has not been improved with a municipal storm sewer system. Erosion control plans have been provided in Exhibit C. 2. Area of Soil Disturbance The area of the soil disturbance of this project will mainly occur within the existing right-of-way. As indicated in Section II, C, the total area of disturbance is approximately 14 acres. 3. Location of Structural Control and Stabilization Practices A majority of the soil disturbance will occur within vacant, vegetated property along the Trinity Railroad right of way, Mosier Valley Rd., and Calloway Cemetery Rd. Best Management Practices (BMPs) will be implemented at various locations as shown on Exhibit C. Silt fences and/or rock berms will be installed at low points down slope from the construction site in order to prevent pollutants from entering the West Fork and other applicable locations. To prevent "mud -tracking" at the construction site entrance (if applicable) and the intersecting streets, the contractor should place '/2 -inch to 1 % -inch diameter rock. During excavation and prior to final stabilization, the contractor will install (as needed) additional silt fences at various low spots and around stock piles of excavated dirt. Stabilization practices will include re -vegetation and/or replacement of concrete paving. Final stabilization must be achieved before the termination of the permit coverage. ... 4. On/Off-site Location (Storage/Staging) The Contractor will determine the locations for materials and equipments after the contract has been awarded. Upon completion of the construction, the contractor will fully restore these areas to their original conditions. 5. Surface Waters West Fork of the Trinity River, Hurricane Creek, Walker Branch, and Boyd Branch are in close proximity to the project site. No surface waters within the proximity of the construction activities are listed on the latest EPA -approved CWA 303(d) list of impaired waters. 6. Discharge of Storm Water Storm water discharge is conveyed through ditches along the sides of the streets to Boyd Branch, Hurricane Creek, Walker Branch and eventually into the West Fork of the Trinity River. (water receiving body, outfall) The area also contains several low lying areas where ponding occurs during heavy rains. Discharge of surface waters will be to Segment 0806 West Fork Trinity River below Lake Worth. 7. Discharge of Non -Storm Water The discharge of non -storm water, such as, fire hydrant flushing, dust control and potable water including waterline flushing, should be filtered through some type of filtration material (silt fence, or filtration socks) or into vegetated areas. G. Material Supplies to Construction Construction material supplies will be brought to the construction site. H. Copy of TPDES General Permit A copy of the TPDES General Permit TXR 150000 is attached in Exhibit B. III. STORM WATER POLLUTION MEASURES AND CONTROLS A. Erosion Control Sequencing 1. Reclaimed Water Delivery System Installation Prior to commencing of the reclaimed water delivery system installation, erosion control devices (ECDs), such as, silt fences, or rock berm (where applicable) and storm drain inlet protection shall be installed by the contractor to prevent sediments from entering the receiving body of water (outfall). At a minimum, silt fences will be installed for all down slope boundaries of the construction area, and for those side slope boundaries deemed appropriate as dictated by individual site conditions. The specifications/guidelines of these controls are shown on Exhibit C, Erosion Controls. 2. General Contractor The contractor is responsible for the removal of all erosion control devices after construction is complete and the area is 70% stabilized. B. Erosion Control Devices & Stabilization Measures Erosion control devices (ECD) mainly consist of silt fence and/or rock berm. Inspection by the contractor shall be made every fourteen (14) calendar days and 24 hours after a storm event of 0.5 inches or greater. The general contractor shall make repairs or replacements of the ECD as deemed necessary within 7 days after inspection or before the next anticipated rain event. (Which ever is first) C. Other Controls 1. Waste Disposal • All solid waste materials, including disposable materials incidental to the major construction activities, will be collected in containers. The containers will be emptied periodically and trucked away from the site. • Substances that have the potential for polluting surface and/or groundwater must be controlled by whatever means necessary to ensure that they do not discharge from the site. As an example, special care shall be exercised during equipment fueling and servicing operations. If a spill occurs, it shall be contained and disposed of so that it will not flow from the site or soak into the soil. In this regard, potentially polluting substances shall be handled in a manner consistent with the impact represented. • Concrete waste from ready -mix transport trucks (concrete slobbers) will be deposited in a shallow pit lined with impervious lastic sheeting (if applicable). Periodically, concrete waste from this pit will be broken up and hauled away. The contractor will determine the location of the disposal pit. The plastic sheeting is to be removed and the pit backfilled at the completion of construction. 2. Dust Control Water trucks should be used to reduce dust as needed. After construction, the site will be stabilized as described elsewhere in order to reduce dust. 3. Water Source Water used to establish and maintain grass, for dust control, and for other purposes during the construction phase must originate from a public water supply or private well approved by the Texas Department of State Health Services (TDSHS). 4. Construction Phase "Best Management Practice" (BMPs) During construction phase, the Operator/Contractor(s) will also implement the following measures: • The Operator will designate areas for equipment cleaning, maintenance and repair. All contractors and subcontractors shall utilize such areas for those purposes. This area will be located such that harmful substances will not be allowed to leach or runoff the site. • Equipment wash down (except for wheel washes) shall take place within an earth berm. Use of detergents is strongly discouraged. If utilized, they shall be collected for proper disposal. • Chemicals, paints, solvents, fertilizers and other toxic materials shall be stored in waterproof containers. Except during application, the containers shall be kept in trucks or within storage facilities. Run-off containing such materials shall be collected, removed from the site and disposed of at an approved solid waste or chemical disposal facility. 5. Sanitary Facilities Sanitary facilities shall be provided activities. They shall be utilized by regularly by a commercial operator. 6. Collection of Trash and Debris at the site throughout construction construction personnel and serviced Any trash or debris other than concrete debris should be collected daily and stored in trash receptacles or hauled away from the site daily. D. Stabilization Practices Stabilization measures that provide a protective cover must be initiated as soon as practicable in portions of the site where construction activities have permanently ceased or will temporarily cease for more than 21 days. Re -vegetation of the herbaceous ground cover will be accomplished by seeding and/or sodding. Use of native plants in seeding mixtures is recommended. Final stabilization must be achieved prior to termination of permit coverage. E. Maintenance All erosion and sediment control measures and other protective measures, which are identified in this SWP3, must be maintained in effective conditions. Below are some of the measures. Also refer to Exhibit C (inlet protection and sift fence). • Re -vegetated areas will be checked to see that grass coverage is maintained. Areas will be watered and fertilized as needed. • Sediment barriers (where applicable) will be checked regularly for sediment accumulation. If the sediment barrier is half full, it should be excavated. The excavated material can be stockpiled onsite in a location that is up slope of the sediment barrier. IV. INSPECTIONS AND RECORD PROCEDURES A. Inspections • Inspections are to be performed at least once every fourteen (14) — calendar days and within 24 hours of the end of a storm event of 0.5 inches or greater by qualified personnel provided by the contractor. • Where sites have been finally or temporarily stabilized, inspections are to be conducted at least once every month. • Inspections should be provided for the following areas and situations: • Disturbed areas of construction site and areas used for storage of materials should be inspected for evidence or potential for pollutants entering the drainage system. • Structural control measures (if applicable). • Sediment and erosion control measures identified in this SWP3 should be observed to ensure that they are operating correctly. • Where discharge locations or points are inaccessible, they shall be inspected to ascertain whether erosion control measures are effective in preventing significant impacts to receiving waters. ..01 B. Inspection Reports Inspection reports summarizing the scope of the inspection shall be made part of the SWP3 for at least three years from the date the notice of termination (NOT) is submitted. The report should include the name(s) and qualifications of the personnel making the inspection, the date of the inspection and major observations relating to the implementation of the SWP3. The inspection report shall include the following: • Locations of discharges of sediment or other pollutants from the site. • Locations of Best Management Practices (BMPs) that need maintenance or fail to operate as designed or proved inadequate for the location. • Where additional BMPs are needed that did not exist at time of the inspection. • Identification of any incidents of non-compliance. • If there are no incidents of non-compliance, certification of compliance with storm water pollution prevention plan and this Permit should be provided. • The report will be signed in accordance with 30 TAC§ 305.128 (relating to signatories to Reports) by an owner or corporate officer or by a duly authorized representative and must contain the following statement. '7 certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. 1 am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. " A sample inspection report is included in Exhibit D. C. Retention of Records Each permittee must retain the following records for a minimum period of three (3) years from the date that a NOT is submitted as required by Part II.E.3. • A copy of the SWP3. • All reports and actions required by this permit, including a copy of the construction site notice (CSN); • All data used to complete the NOI; and All records of submittal of forms submitted to the operator of any MS4 receiving the discharge and to the secondary operator of a large construction site, if applicable. V. Certification Both permittees, the Owner and the Contractor, should sign the attached operator certification form for this plan. U Storm Water Pollution Prevention Plan Operator Certification Form Date: Name of Contractor Name of Owner City of Fort Worth Water Department 908 Monroe Street Fort Worth, TX 76101 RE: SWP3Inspection Village Creek Reclaimed Water Eastern Delivery System Distribution Main — Part 2 A duly authorized representative of the Owner and Contractor must be identified and must sign the following certification statement: Certification Statement: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." City of Fort Worth Water Department S. Frank Crumb, P.E., Director, Water Dept. Responsibility: Owner Contractor's Name Responsibility: Contractor Persons signing this certification must do so in compliance with the signatory requirements of the permit as found at CFR 122.22. For a corporation: by a responsible corporation officer. This means a President, Vice -President, Secretary, Treasurer, Manager as defined by 40 CFR 122.22 (07-01-00 Edition) attached to this version. For a partnership or sole proprietorship: by a general partner or the proprietor. For a Municipality, State, Federal or other public agency: a principal executive or ranking elected official. Exhibit A General Location Map *MOO, Exhibit B TPDES General Permit TXR 150000, Copy of Construction Site Notice, NOI, NOC, and NOT Y TCEQ Docket No. 2007-1588-WO TPDES General Permit No. TXR150000 TEXAS COMMISSION ON ENVIRONMENTAL This is a renewal of TPDES QUALITY General Permit No. TXR150000, P.O. BOX 13087 • issued March 5, 2003. Austin, TX 78711-3087 GENERAL PERMIT TO DISCHARGE WASTES under provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code Construction sites that discharge storm water associated with construction activity located in the state of Texas may discharge to surface water in the state only according to effluent limitations, monitoring requirements and other conditions set forth in this permit, as well as the rules ofthe Texas Commission on Environmental Quality-(TCEQ), the laws of the.State of Texas, and other orders of the TCEQ. The issuance of this general permit does not grant to the permittee the right to use private or public property for conveyance of storm water and certain non -storm water discharges along the discharge route. This includes property belonging to but not limited to any individual, partnership, corporation or other entity. Neither does this permit authorize any invasion of personal rights nor any violation of federal, state, or local laws or regulations. It is the responsibility of the permittee to acquire property rights as may be necessary to use the discharge route. This permit and the authorization contained herein shall expire at midnight -on March 5, .2013.. •. ..... - EFFECTIVE DATE: March 5, 2008 ISSUED DATE: . FEB 15 2008. Tw�� ux For the Comm ssion Construction General Permit TPDES General Pen -nit TXR150000 TPDES GENERAL PERMIT NUMBER TXR150000 RELATING TO STORM WATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES Table of Contents Part I. Flow Chart and Definitions...................................................................................Page 3 Part II. Permit Applicability and Coverage.....................................................................Page 10 Part III. Storm Water Pollution Prevention Plans............................................................Page 25 Part IV. Storm Water Runoff from Concrete Batch Plants .............................................Page 37 Part V. Concrete Truck Wash Out Requirements ................... .....................Page 42 Part VI. Retention of Records..........................................................................................Page 42 Part VII. Standard Permit Conditions................................................................................ Page 43 PartVIII. Fees...........................................................................................................Page 44 Appendix A. Automatic Authorization - Periods of Low Erosion Potential by County.... Page 45 Appendix B. Erosivity Index (EI) Zones in Texas.............................................................Page 46 Appendix C. Isoerodent Map.............................................................................................Page 47 Appendix D. Erosivity Indices for EI Zones in Texas ....................................................... Page 48 Attachment 1. Small Construction Site Notice: Low Potential for Erosion .........................Page 49 Attachment 2. Small Construction Site Notice.....................................................................Page 50 Attachment 3. Large Construction Site Notice: "Secondary Operator" Notice ...................Page 51 Attachment 4. Large Construction Site Notice: "Primary Operator" Notice ....................... Page 52 Page 2 Construction General Permit TPDES General Permit TXR150000 Part I. Flow Chart and Definitions Section A. Flow Chart to Determine Whether Coverage is Required flow much land will be disturbed? (* 1) < J acre1 or more acres NO Do you meet the YESCacres ll 5 car more: ti definition of be disturbed'? :.operator:'" (*2) (* 1) ;VO YES r Permit Coverage Required �..r Prepare and Implement SW`P3 • Post Site Notice • Submit Copy of Site Notice to MS4 Operator X tAre you a "primary NO operator? " (*2) i r + YES Permit Coverage Not Required Permit Covernee Reauirtd • Prepare and Implement SWP3 • ' Submit NO1.to TCEQ • Post N01 and Site Notice • Submit Copy of NOT to MS4 Operator (*1) To determine the size of the construction project, use the size of the entire area to be disturbed, and include the size of the larger common plan of development or sale, if the project is part of a larger project (refer to Part LB., "De-fnitions, "for an explanation of "larger common plan of development or sale "). (*2) Refer to the definitions for "operator," `primary operator," and "secondary operator" in Part L, Section B. of this permit. Page 3 Construction General Permit TPDES General Permit TXR150000 Section B. Definitions Arid Areas - Areas with an average annual rainfall of 0 to 10 inches. Best Management Practices (BMPs) - Schedules of activities, prohibitions of practices, maintenance procedures, structural controls, local ordinances, and other management practices to prevent or reduce the discharge of pollutants. BMPs also include treatment requirements, operating procedures, and practices to control construction site runoff, spills or leaks, waste disposal, or drainage from raw material storage areas. Commencement of Construction - The initial disturbance of soils associated with clearing, grading, or excavation activities, as well as other construction -related activities (e.g., stockpiling of fill material, demolition) Common Plan of Development - A construction activity that is completed in separate stages, separate phases, or in combination with other construction activities. A common plan of development (also known as a "common plan of development or sale") is identified by the documentation for the construction project that identifies the scope of the project, and may include plats, blueprints, marketing plans, contracts, building permits, a public notice or hearing, zoning requests, or other similar documentation and activities. A common plan of development does not necessarily include all construction projects within the jurisdiction of a public entity (e.g., a city or university). Construction of roads or buildings in different parts of the jurisdiction would be considered separate "common plans," with only the interconnected parts of a project being considered part of a "common plan" (e.g., a building and its associated parking lot and driveways, airport runway and associated taxiways, a building complex, etc.). Where discrete construction projects occur within a larger common plan of development or sale but are located '/a mile or more apart, and the area between the projects is not being disturbed, each individual project can be treated as a separate plan of development or sale, provided that any interconnecting road, pipeline or utility project that is part of the N%.O' same "common plan" is not included in the area to be disturbed. Discharge — For the purposes of this permit, the drainage, release, or disposal of pollutants in storm water and certain non -storm water from areas where soil disturbing activities (e.g., clearing, grading, excavation, stockpiling of fill material, and demolition), construction materials or equipment storage or maintenance (e.g., fill piles, borrow area, concrete truck washout, fueling), or other industrial storm water directly related to the construction process (e.g., concrete or asphalt batch plants) are located. Edwards Aquifer - As defined under Texas Administrative Code § 213.3 of this title (relating to the Edwards Aquifer), that portion of an arcuate belt of porous, water -bearing, predominantly carbonate rocks known as the Edwards and Associated Limestones in the Balcones Fault Zone trending from west to east to northeast in Kinney, Uvalde, Medina, Bexar, Comal, Hays, Travis, and Williamson Counties; and composed of the Salmon Peak Limestone, McKnight Formation, West Nueces Formation, Devil's River Limestone, Person Formation, Kainer Formation, Edwards Formation, and Georgetown Formation. The permeable aquifer units generally overlie the less -permeable Glen Rose Formation to the south, overlie the less - permeable Comanche Peak and Walnut Formations north of the Colorado River, and underlie the less - permeable Del Rio Clay regionally. Edwards Aquifer Recharge Zone - Generally, that area where the stratigraphic units constituting the Edwards Aquifer crop out, including the outcrops of other geologic formations in proximity to the Edwards Aquifer, where caves, sinkholes, faults, fractures, or other permeable features would create a potential for recharge of surface waters into the Edwards Aquifer. The recharge zone is identified as that area designated `%-oe as such on.official maps located in the offices of the Texas Commission on Environmental Quality and the Page 4 Construction General Permit TPDES General Permit TXR150000 appropriate regional office. The Edwards Aquifer Map Viewer, located at http://www.tceci.state.tx.us/compliance/field ops/eaot)/mapdisclaimer.litml, can be used to determine where the recharge zone is located. Edwards Aquifer Contributing Zone - The area or watershed where runoff from precipitation flows downgradient to the recharge zone of the Edwards Aquifer. The contributing zone is located upstream (upgradient) and generally north and northwest of the recharge zone for the following counties: all areas within Kinney County, except the area within the watershed draining to Segment 2304 of the Rio Grande Basin; all areas within Uvalde, Medina, Bexar, and Comal Counties; all areas within Hays and Travis Counties, except the area within the watersheds draining to the Colorado River above a point 1.3 miles upstream from Tom Miller Dam, Lake Austin at the confluence of Barrow Brook Cove, Segment 1403 of the Colorado River Basin; and all areas within Williamson County, except the area within the watersheds draining to the Lampasas River above the dam at Stillhouse Hollow reservoir, Segment 1216 of the Brazos River Basin. The contributing zone is illustrated on the Edwards Aquifer map viewer at httD://www.tcea.state.tx.us/compliance/field ops/eaM/mapdisclaimer.html. Facility or Activity — For the purpose of this permit, a construction site or construction support activity that is regulated under this general permit, including all contiguous land and fixtures (e.g., ponds and materials stockpiles), structures, or appurtances used at a construction site or industrial site described by this general permit. Final Stabilization - A construction site status where any of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (i.e., evenly distributed, without large bare areas) perennial vegetative cover with a density of at least `#mop' 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent stabilization measures (such as the use of riprap, gabions, or geotextiles) have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition (a) above; or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization_ If temporary stabilization is not feasible, then the homebuilder may fulfill this requirement by retaining perimeter controls or other best management practices, and informing the homeowner of the need for removal of temporary controls and the establishment of final stabilization. (c) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land), final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities, such as buffer strips immediately adjacent to surface water and areas that are not being returned to their preconstruction agricultural use must meet the final N••W, stabilization conditions of condition (a) above. Page 5 Construction General Permit TPDES General Permit TXR150000 (d) In arid, semi -arid, and drought -stricken areas only, all soil disturbing activities at the site have been completed and both of the following criteria have been met: (1) Temporary erosion control measures (e.g., degradable rolled erosion control product) are selected, designed, and installed along with an appropriate seed base to provide erosion control for at least three years without active maintenance by the operator, and (2) The temporary erosion control measures are selected, designed, and installed to achieve 70 percent vegetative coverage within three years. Hyperchlorination of Waterlines — Treatment of potable water lines or tanks with chlorine for disinfection purposes, typically following repair or partial replacement of the waterline or tank, and subsequently flushing the contents. Indian Country Land — (from 40 CFR 122.2) (1) all land within the limits of any Indian reservation under the jurisdiction of the United States government, notwithstanding the issuance of any patent, and, including rights -of -way running through the reservation; (2) all dependent Indian communities with the borders ofthe United States whether within the originally or subsequently acquired territory thereof, and whether within or without the limits of a state; and (3) all Indian allotments, the Indian titles to which have not been extinguished, including rights -of -way running through the same. Indian Tribe - (from 40 CFR 122.2) any Indian Tribe, band, group, or community recognized by the Secretary of the Interior and exercising governmental authority over a Federal Indian Reservation. Large Construction Activity - Construction activities including clearing, grading, and excavating that 14-01' result in land disturbance of equal to or greater than five (5) acres of land. Large construction activity also includes the. disturbance of less than five (5) acres of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than five (5) acres of land. Large construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, or original purpose of the site (e.g., the routine grading of existing dirt roads, asphalt overlays of existing roads, the routine clearing of existing right-of-ways, and similar maintenance activities.) Municipal Separate Storm Sewer System (MS4) - A separate storm sewer system owned or operated by the United States, a state, city, town, county, district, association, or other public body (created by or pursuant to state law) having jurisdiction over the disposal of sewage, industrial wastes, storm water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district, or similar entity, or an Indian tribe or an authorized Indian tribal organization, that discharges to surface water in the state. Notice of Change (NOC) — Written notification to the executive director from a discharger authorized under this permit, providing changes to information that was previously provided to the agency in a notice of intent form. Notice of Intent (NOI) - A written submission to the executive director from an applicant requesting coverage under this general permit. Page 6 Construction General Permit TPDES General Permit TXR150000 Notice of Termination (NOT) - A written submission to the executive director from a discharger authorized under a general permit requesting tennination of coverage. I%'W` Operator - The person or persons associated with a large or small construction activity that is either a primary or secondary operator as defined below: Primary Operator — the person or persons associated with a large or small construction activity that meets either of the following two criteria: (a) the person or persons have operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications; or (b) the person or persons have day-to-day operational control of those activities at a construction site that are necessary to ensure compliance with a storm water pollution prevention plan (SWP3) for the site or other permit conditions (e.g., they are authorized to direct workers at a site to carry out activities required by the SWP3 or comply with other permit conditions). Secondary Operator —The person whose operational control is limited to the employment of other operators or to the ability to approve or disapprove changes to plans and specifications. A secondary operator is also defined as a primary operator and must comply with the permit requirements for primary operators if there are no other operators at the construction site. Outfall - For the purpose of this permit, a point source at the point where storm water runoff associated with construction activity discharges to surface water in the state and does not include open conveyances connecting two municipal separate storm sewers, or pipes, tunnels, or other conveyances that connect segments of the same stream or other water of the U.S. and are used to convey waters of the U.S. Permittee - An operator authorized under this general permit. The authorization may be gained through submission of a notice of intent, by waiver, or by meeting the requirements for automatic coverage to discharge storm water runoff and certain non -storm water discharges. Point Source — (from 40 CFR § 122.2) Any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, container, rolling stock concentrated animal feeding operation, landfill leachate collection system, vessel or other floating craft from which pollutants are, or may be, discharged. This term does not include return flows from irrigated agriculture or agricultural storm water runoff. Pollutant - Dredged spoil, solid waste, incinerator residue, sewage, garbage, sewage sludge, filter backwash, munitions, chemical wastes, biological materials, radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, and industrial, municipal, and agricultural waste discharged into any surface water in the state. The term "pollutant" does not include tail water or runoff water from irrigation or rainwater runoff from cultivated or uncultivated rangeland, pastureland, and farmland. For the purpose of this permit, the term "pollutant" includes sediment. Pollution - (from Texas Water Code §26.001(14)) The alteration of the physical, thermal, chemical, or biological quality of, or the contamination of, any surface water in the state that renders the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property or to public health, safety, or ..i welfare, or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. Page 7 Construction General Permit TPDES General Permit TXR150000 Rainfall Erosivity Factor (R factor) - the total annual erosive potential that is due to climatic effects, and is part of the Revised Universal Soil Loss Equation (RUSLE). Semiarid Areas - areas with an average annual rainfall of 10 to 20 inches Separate Storm Sewer System - A conveyance or system of conveyances (including roads with drainage systems, streets, catch basins, curbs, gutters, ditches, man-made channels, or storm drains), designed or used for collecting or conveying storm water; that is not a combined sewer, and that is not part of a publicly owned treatment works (POTW). Small Construction Activity - Construction activities including clearing, grading, and excavating that result in land disturbance of equal to or greater than one (1) acre and less than five (5) acres of land. Small construction activity also includes the disturbance of less than one (1) acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one (1) and less than five (5) acres of land. Small construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, or original purpose of the site (e.g., the routine grading of existing dirt roads, asphalt overlays of existing roads, the routine clearing of existing right-of-ways, and similar maintenance activities.) Storm Water (or Storm Water Runoff) - Rainfall runoff, snow melt runoff, and surface runoff and drainage. Storm Water Associated with Construction Activity - Storm water runoff from a construction activity where soil disturbing activities (including clearing, grading, excavating) result in the disturbance of one (1) or more acres of total land area, or are part of a larger common plan of development or sale that will result in disturbance of one (1) or more acres of total land area. Structural Control (or Practice) - A pollution prevention practice that requires the construction of a device, or the use of a device, to capture or prevent pollution in storm water runoff. Structural controls and practices may include but are not limited to: silt fences, earthen dikes, drainage swales, sediment traps, check dams, subsurface drains, storm drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. Surface Water in the State - Lakes, bays, ponds, impounding reservoirs, springs, rivers, streams, creeks, estuaries, wetlands, marshes, inlets, canals, the Gulf of Mexico inside the territorial limits of the state (from the mean high water mark (MHWM) out 10.36 miles into the Gulf), and all other bodies of surface water, natural or artificial, inland or coastal, fresh or salt, navigable or nonnavigable, and including the beds and banks of all water -courses and bodies of surface water, that are wholly or partially inside or bordering the state or subject to the jurisdiction of the state; except that waters in treatment systems which are authorized by state or federal law, regulation, or permit, and which are created for the purpose of waste treatment are not considered to be water in the state. Temporary Stabilization - A condition where exposed soils or disturbed areas are provided a protective cover or other structural control to prevent the migration of pollutants. Temporary stabilization may include temporary seeding, geotextiles, mulches, and other techniques to reduce or eliminate erosion until either permanent stabilization can be achieved or until further construction activities take place. Waters of the United States -(from 40 CFR, Part 122, Section 2) Waters of the United States or waters of the U.S. means: Page 8 Construction General Permit TPDES General Permit TXR150000 (a) all waters which are currently used, were used in the past, or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; (b) all interstate waters, including interstate wetlands; (c) all other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes, or natural ponds that the use, degradation, or destruction of which would affect or could affect interstate or foreign commerce including any such waters: (1) which are or could be used by interstate or foreign travelers for recreational or other purposes; (2) from which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or (3) which are used or could be used for industrial purposes by industries in interstate commerce; _ (d) all impoundments of waters otherwise defined as waters of the United States under this definition; (e) tributaries of waters identified in paragraphs (a) through (d) of this definition; (f) the territorial sea; and (g) wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs (a) through (f) of this definition. Waste treatment systems, including treatment ponds or lagoons designed to meet the requirements of CWA (other than cooling ponds as defined in 40 CFR §423.11(m) which also meet the criteria of this definition) are not waters of the United States. This exclusion applies only to manmade bodies of water which neither were originally created in waters of the United States (such as disposal area in wetlands) nor resulted from the impoundment of waters of the United States. Waters of the United States do not include prior converted cropland. Notwithstanding the determination of an area's status as prior converted cropland by any other federal agency, for the purposes of the Clean Water Act, the final authority regarding Clean Water Act jurisdiction remains with EPA. Part II. Permit Applicability and Coverage Section A. Discharges Eligible for Authorization 1. Storm Water Associated with Construction Activity Discharges of storm water runoff from small and large construction activities may be authorized under this general permit. Page 9 Construction General Permit TPDES General Permit TXR150000 2. Discharges of Storm Water Associated with Construction Support Activities Examples of construction,support activities include, but are not limited to, concrete batch plants, rock crushers, asphalt batch plants, equipment staging areas, material storage yards, �..i material borrow areas, and excavated material disposal areas. Discharges of storm water runoff from construction support activities may be authorized under this general permit, provided that the following conditions are met: (a) the activities are located within one (I) -mile from the boundary of the permitted construction site and directly support the construction activity; (b) a storm water pollution prevention plan is developed according to the provisions of this general permit and includes appropriate controls and measures to reduce erosion and discharge of pollutants in storm water runoff from the construction support activities; and (c) the construction support activities either do not operate beyond the completion date of the construction activity or are authorized under separate TPDES authorization. Separate TPDES authorization may include the TPDES Multi Sector General Permit, TXR050000 (related to storm water discharges associated with industrial activity), separate authorization under this general permit if applicable, coverage under an alternative general permit if available, or authorization under an individual water quality permit. 3. Non -Storm Water Discharges The following non -storm water discharges from sites authorized under this general permit are also eligible for authorization under this general permit: (a) discharges from fire fighting activities (fire fighting activities do not include washing of trucks, run-off water from training activities, test water from fire suppression systems, and similar activities); (b) uncontaminated fire hydrant flushings (excluding discharges of hyperchlorinated water, unless the water is first dechlorinated and discharges are not expected to adversely affect aquatic life), which include flushings from systems that utilize potable water, surface water, or groundwater that does not contain additional pollutants (uncontaminated fire hydrant flushings do not include systems utilizing reclaimed wastewater as a source water); (c) water from the routine external washing of vehicles, the external portion of buildings or structures, and pavement, where detergents and soaps are not used and where spills or leaks of toxic or hazardous materials have not occurred (unless spilled materials have been removed; and if local state, or federal regulations are applicable, the materials are removed according to those regulations), and where the purpose is to remove mud, dirt, or dust; (d) uncontaminated water used to control dust; *400e Page 10 Construction General Permit TPDES General Permit TXR150000 (e) potable water sources including waterline flushings (excluding discharges of hyperchlonnated water, unless the water is first dechlorinated and discharges are not expected to adversely affect aquatic life); (f) uncontaminated air conditioning condensate; (g) uncontaminated ground water or spring water, including foundation or footing drains where flows are not contaminated with industrial materials such as solvents; and (h) lawn watering and similar irrigation drainage. 4. Other Permitted Discharges Any discharge authorized under a separate NPDES, TPDES, or TCEQ permit may be combined with discharges authorized by this general permit, provided those discharges comply with the associated permit. Section B. Concrete Truck Wash Out The washout of concrete trucks associated with off -site production facilities may be conducted at regulated construction sites in accordance with the requirements of Part V of this general permit. Section C. 1. 2. 3 Limitations on Permit Coverage Post Construction Discharges. Discharges that occur after construction activities have been completed, and after the construction site and any supporting activity site have undergone final stabilization, are not eligible for coverage under this general permit. Discharges originating from the sites are not authorized under this general permit following the submission of the notice of termination (NOT) for the construction activity. Prohibition of Non -Storm Water Discharges Except as otherwise provided in Part II.A. of this general permit, only discharges that are composed entirely of storm water associated with construction activity may be authorized under this general permit. Compliance With Water Quality Standards Discharges to surface water in the state that would cause or contribute to a violation of water quality standards or that would fail to protect and maintain existing designated uses are not eligible for coverage under this general permit. The executive director may require an application for an individual permit or alternative general permit (see Parts II.H.2. and 3.) to authorize discharges to surface water in the state from any activity that is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use. The executive director may also require an application for an individual permit considering factors described in Part II.H.2. of this general permit. Page 11 Construction General Permit TPDES General Permit TXR150000 4. Discharges to Water Quality -Impaired Receiving Waters. New sources or new discharges of the constituents of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC Chapter 305 and �✓ applicable state law. Impaired waters are those that do not meet applicable water quality standards and are listed on the EPA approved Clean Water Act Section 303(d) list. Constituents of concern are those for which the water body is listed as impaired. Discharges of the constituents of concern to impaired water bodies for which there is a total maximum daily load (TMDL) are not eligible for this permit unless they are consistent with the approved TMDL. Permittees must incorporate the limitations, conditions, and requirements applicable to their discharges, including monitoring frequency and reporting required by TCEQ rules, into their storm water pollution prevention plan in order to be eligible for coverage under this general permit. 5. Discharges to the Edwards Aquifer Recharge Zone Discharges cannot be authorized by this general permit where prohibited by 30 Texas Administrative Code (TAC) Chapter 213 (relating to Edwards Aquifer). In addition, commencement of construction (i.e., the initial disturbance of soils associated with clearing, grading, or excavating activities, as well as other construction -related activities such as stockpiling of fill material and demolition) at a site regulated under 30 TAC Chapter 213, may not begin until the appropriate Edwards Aquifer Protection Plan has been approved by the TCEQ's Edwards Aquifer Protection Program. (a) For new discharges located within the Edwards Aquifer Recharge Zone, or within that area upstream from the recharge zone and defined as the Contributing Zone, operators must meet all applicable requirements of, and operate according to, 30 TAC Chapter 213 (Edwards Aquifer Rule) in addition to the provisions and requirements of this general permit. (b) For existing discharges located within the Edwards Aquifer Recharge Zone, the requirements of the agency -approved Water Pollution Abatement Plan under the Edwards Aquifer Rules are in addition to the requirements of this general permit. BMPs and maintenance schedules for structural storm water controls, for example, may be required as a provision of the rule. All applicable requirements of the Edwards Aquifer Rule for reductions of suspended solids in storm water runoff are in addition to the requirements in this general permit for this pollutant. For discharges from large construction activities located on the Edwards Aquifer recharge zone or the Edwards Aquifer contributing zone, applicants must submit a copy of the NOI to the appropriate TCEQ regional office. For discharges from small construction activities located on the Edwards Aquifer recharge zone or the Edwards Aquifer contributing zone, and for discharges from large construction activities by operators not required to submit an NOI under this general permit, applicants must submit a copy of the construction site notice to the appropriate TCEQ regional office where required by the Edwards Aquifer Rules at 30 TAC Chapter 213: Counties: Contact: Page 12 Construction General Permit TPDES General Permit TXR150000 Comal, Bexar, Medina, Uvalde, and Kinney Williamson, Travis, and Hays TCEQ Water Program Manager San Antonio Regional Office 14250 Judson Rd. San Antonio, Texas (210) 490-3096 TCEQ Water Program Manager Austin Regional Office 2800 South IH 35, Suite 100 Austin; Texas 78704-5712 (512) 339-2929 6. Discharges to Specific Watersheds and Water Quality Areas Discharges otherwise eligible for coverage cannot be authorized by this general permit where prohibited by 30 TAC Chapter 311 (relating to Watershed Protection) for water quality areas and watersheds. 7. Protection of Streams and Watersheds by Other Governmental Entities This general permit does not limit the authority or ability of federal, other state, or local governmental entities from placing additional or more stringent requirements on construction `Mw' activities or discharges from construction activities. For example, this permit does not limit the authority of a home -rule municipality provided by Texas Local Government Code §401.002. 8. Indian Country Lands Storm water runoff from construction activities occurring on Indian Country lands are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges of storm water require authorization under federal National Pollutant Discharge Elimination System (NPDES) regulations, authority for these discharges must be obtained from the U.S. Environmental Protection Agency (EPA). 9. Oil and Gas Production Storm water runoff from construction activities associated with the exploration, development, or production of oil or gas or geothermal resources, including transportation of crude oil or natural gas by pipeline, are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges of storm water require authorization under federal NPDES regulations, authority for these discharges must be obtained from the EPA. 10. Storm Water Discharges from Agricultural Activities Page 13 Construction General Permit TPDES General Permit TXR150000 11. Section D. 2. Section E. Storm water discharges from agricultural activities that are not point source discharges of storm water are not subject to TPDES permit requirements. These activities may include clearing and cultivating ground for crops, construction of fences to contain livestock, construction of stock ponds, and other similar agricultural activities. Discharges of storm water runoff associated with the construction of facilities that are subject to TPDES regulations, such as the construction of confined animal feeding operations, would be point sources regulated under this general permit. Other Nothing in Part II of the general permit is intended to negate any person's ability to assert the force majeure (act of God, war, strike, riot, or other catastrophe) defenses found in 30 TAC § 70.7. Deadlines for Obtaining Authorization to Discharge Large Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the effective date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Operators of large construction activities continuing to operate after the effective date of this permit, and authorized under TPDES general permit TXR150000 (issued March 5, 2003), must submit an NOI to renew authorization under this general permit within 90 days of the effective date of this general permit. During this interim period, as a requirement of this TPDES permit, the operator must continue to meet the conditions and requirements of the previous TPDES permit. Small Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the effective date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Discharges from ongoing small construction activities that commenced prior to the effective date of this general permit, and that would not meet the conditions to qualify for termination of this permit as described in Part II.E. of this general permit, must meet the requirements to be authorized, either under this general permit or a separate TPDES permit, within 90 days of the effective date of this general permit. During this interim period, as a requirement of this TPDES permit, the operator must continue to meet the conditions and requirements of the previous TPDES permit. Obtaining Authorization to Discharge U Page 14 Construction General Permit TPDES General Permit TXR150000 Automatic Authorization for Small Construction Activities With Low Potential for Erosion: If all of the following conditions are met, then a small construction activity is determined to `MOO, occur during periods of low potential for erosion, and a site operator may be automatically authorized under this general permit without being required to develop a storm water pollution prevention plan or submit a notice of intent (NOI): (a) the construction activity occurs in a county listed in Appendix A; (b) the construction activity is initiated and completed, including either final or temporary stabilization of all disturbed areas, within the time frame identified in Appendix A for the location of the construction site; (c) all temporary stabilization is adequately maintained to effectively reduce or prohibit erosion, permanent stabilization activities have been initiated, and a condition of final stabilization is completed no later than 30 days following the end date of the time frame identified in Appendix A for the location of the construction site; (d) the permittee signs a completed construction site notice (Attachment 1 of this general permit), including the certification statement; (e) a signed copy of the construction site notice is posted at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities prior to commencing construction activities, and maintained in that location until completion of the construction activity; (f) a copy of the signed and certified construction site notice is provided to the operator of any municipal separate storm sewer system (MS4) receiving the discharge at least two days prior to commencement of construction activities; (g) any supporting concrete batch plant or asphalt batch plant is separately authorized for discharges of storm water runoff or other non -storm water discharges under an individual TPDES permit, another TPDES general permit, or under an individual TCEQ permit where storm water and non -storm water is disposed of by evaporation or irrigation (discharges are adjacent to water in the state); and (h) any non -storm water discharges are either authorized under a separate permit or authorization, or are not considered to be a wastewater. Part II.G. of this general permit describes how an operator may apply for and obtain a waiver from permitting, for certain small construction activities that occur during a period with a low potential for erosion, where automatic authorization under this section is not available. 2. Automatic Authorization For All Other Small Construction Activities: Operators of small construction activities not described in Part II.E.1. above may be automatically authorized under this general permit, and operators of these sites shall not be *✓ required to submit an NOI, provided that they meet all of the following conditions: Page 15 Construction General Permit TPDES General Permit TXR150000 (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; (b) sign and certify a completed construction site notice (Attachment 2 of this general permit), post the notice at the construction site in a location where it is safely and readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction, and maintain the notice in that location until completion of the construction activity (for linear construction activities, e.g. pipeline or highway, the site notice must be placed in a publicly accessible location near where construction is actively underway; notice for these linear sites may be relocated, as necessary, along the length of the project, and the notice must be safely and readily available for viewing by the general public; local, state, and federal authorities); and (c) provide a copy of the signed and certified construction site notice to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement of construction activities. Operators of small construction activities as defined in Part I of this general permit shall not submit an NOI for coverage unless otherwise required by the executive director. As described in Part I (Definitions) of this general permit, large construction activities include those that will disturb less than five (5) acres of land, but that are part of a larger common plan of development or sale that will ultimately disturb five (5) or more acres of land, and must meet the requirements of Part II.E.3. below. 1*40ole 3. Authorization for Large Construction Activities: Operators of large construction activities that qualify for coverage under this general permit must meet all of the following conditions: (a) develop a SWP3 according to the provisions of this general permit that covers either the entire site or all portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; (b) primary operators must submit a Notice of Intent (NOI), using a form provided by the executive director, at least seven (7) days prior to commencing construction activities, or if utilizing electronic submittal, prior to commencing construction activities. If an additional primary operator is added after the initial NOI is submitted, the new primary operator must submit an NOI at least seven (7) days before assuming operational control, or if utilizing electronic NOI submittal, prior to assuming operational control. If the primary operator changes after the initial NOI is submitted, the new primary operator must submit a paper NOI or an electronic NOI at least ten (10) days before assuming operational control; (c) all primary operators must also post a copy of the signed NOI at the construction site in a location where it is readily available for viewing by the general public, local, Page 16 Construction General Permit TPDES General Permit TXRI50000 state, and federal authorities prior to commencing construction activities, and must maintain the NOI in that location until completion of the construction activity; (d) all operators of large construction activities must post a site notice in accordance with Part III.D.2. of this permit. The site notice must be located where it is safely and readily available for viewing by the general public, local, state, and federal authorities prior to commencing construction, and must be maintained in that location until completion of the construction activity (for linear construction activities, e.g. pipeline or highway, the site notice must be placed in a publicly accessible location near where construction is actively underway; notice for these linear sites may be relocated, as necessary, along the length of the project, and the notice must be safely and readily available for viewing by the general public; local, state, and federal authorities); and (e) all primary operators must provide a copy of the signed NOI to the operator of any municipal separate storm sewer system (MS4) receiving the discharge and to any secondary operator, at least seven (7) days prior to commencing construction activities, and must list in the SWP3 the names and addresses of all MS4 operators receiving a copy. (f) All persons meeting the definition of"secondary operator" in Part I of this permit are hereby notified that they are regulated under this general permit, but are not required to submit an NOI, provided that another operator(s) at the site has submitted an NOI, or is required to submit an NOI and the secondary operator has provided notification to the operator(s) of the need to obtain coverage (with records of notification .950e available upon request). Any secondary operator notified under this provision may alternatively submit an NOI under this general permit, may seek coverage under an alternative TPDES individual permit, or may seek coverage under an alternative TPDES general permit if available. 4. Waivers for Small Construction Activities: Part II.G. describes how operators of certain small construction activities may obtain a waiver from coverage. 5. Effective Date of Coverage (a) Operators of small construction activities as described in either Part II.E.1. or II.E.2. above are authorized immediately following compliance with the applicable conditions of Part II.E.1. or II.E.2. Secondary operators of large construction activities as described in Part II.E.3. above are authorized immediately following compliance with the applicable conditions in Part II.E.3. For activities located in areas regulated by 30 TAC Chapter 213, related to the Edwards Aquifer, this authorization to discharge is separate from the requirements of the operator's responsibilities under that rule. Construction may not commence for sites regulated under 30 TAC Chapter 213 until all applicable requirements of that rule are met. 'Wool (b) Primary operators of large construction activities as described in Part II.E.3. above are provisionally authorized seven (7) days from the date that a completed NOI is Page 17 Construction General Permit TPDES General Permit TXR150000 postmarked for delivery to the TCEQ, unless otherwise notified by the executive director. If electronic submission of the NOI is provided, and unless otherwise notified by the executive director, primary operators are authorized immediately following confirmation of receipt of the NOI by the TCEQ. Authorization is non- provisional when the executive director finds the NOI is administratively complete and an authorization number is issued for the activity. For activities located in areas regulated by 30 TAC Chapter 213, related to the Edwards Aquifer, this authorization to discharge is separate from the requirements of the operator's responsibilities under that rule. Construction may not commence for sites regulated under 30 TAC Chapter 213 until all applicable requirements of that rule are met. (c) Operators are not prohibited from submitting late NOIs or posting late notices to obtain authorization under this general permit. The TCEQ reserves the right to take appropriate enforcement actions for any unpermitted activities that may have occurred between the time construction commenced and authorization was obtained. 6. Notice of Change (NOC) If relevant information provided in the NOI changes, an NOC must be submitted at least 14 days before the change occurs, if possible. Where 14-day advance notice is not possible, the operator must submit an NOC within 14 days of discovery of the change. If the operator becomes aware that it failed to submit any relevant facts or submitted incorrect information in an NOI, the correct information must be provided to the executive director in an NOC within 14 days after discovery. The NOC shall be submitted on a form provided by the executive director, or by letter if an NOC form is not available. A copy of the NOC must also be provided to the operator of any MS4 receiving the discharge, and a list must be included in the SWP3 that includes the names and addresses of all MS4 operators receiving a copy. Information that may be included on an NOC includes, but is not limited to, the following: the description of the construction project, an increase in the number of acres disturbed (for increases of one or more acres), or the operator name. A transfer of operational control from one operator to another, including a transfer of the ownership of a company, may not be included in an NOC. A transfer of ownership of a company includes changes to the structure of a company, such as changing from a partnership to a corporation or changing corporation types, so that the filing number (or charter number) that is on record with the Texas Secretary of State must be changed. An NOC is not required for notifying TCEQ of a decrease in the number of acres disturbed. This information must be included in the storm water pollution prevention plan (SWP3) and retained on site. 7. Signatory Requirement for NOI Forms, Notice of Termination (NOT) Forms, NOC Letters, and Construction Site Notices NOI forms, NOT forms, NOC letters, and Construction Site Notices that require a signature must be signed according to 30 TAC § 305.44 (relating to Signatories for Applications). 8. Contents of the NOI Page 18 Construction General Permit TPDES General Permit TXR150000 The NOI form shall require, at a minimum, the following information: a... (a) the TPDES CGP authorization number for existing authorizations under this general permit, where the operator submits an NOI to renew coverage within 90 days of the effective date of this general permit; (b) the name, address, and telephone number of the operator filing the NOI for permit coverage; (c) the name (or other identifier), address, county, and latitude/longitude of the construction project or site; (d) the number of acres that will be disturbed by the applicant; (e) confirmation that the project or site will not be located on Indian Country lands; (f) confirmation that a SWP3 has been developed, that it will be implemented prior to construction, and that it is compliant with any applicable local sediment and erosion control plans; (g) name of the receiving water(s); (h) the classified segment number for each classified segment that receives discharges from the regulated construction activity (if the discharge is not directly to a classified `ow segment, then the classified segment number of the first classified segment that those discharges reach); and (i) the name of all surface waters receiving discharges from the regulated construction activity that are on the latest EPA -approved CWA § 303(d) list of impaired waters. Section F. Terminating Coverage l . Notice of Termination (NOT) Required Each operator that has submitted an NOI for authorization under this general permit must apply to terminate that authorization following the conditions described in this section of the general permit. Authorization must be terminated by submitting a Notice of Termination (NOT) on a form supplied by the executive director. Authorization to discharge under this general permit terminates at midnight on the day the NOT is postmarked for delivery to the TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit terminates immediately following confirmation of receipt of the NOT by the TCEQ. Compliance with the conditions and requirements of this permit is required until an NOT is submitted. The NOT must be submitted to TCEQ, and a copy of the NOT provided to the operator of any MS4 receiving the discharge (with a list in the SWP3 of the names and addresses of all �.. MS4 operators receiving a copy), within 30 days after any of the following conditions are met: Page 19 Construction General Permit TPDES General Permit TXR150000 2. 3. (a) final stabilization has been achieved on all portions of the site that are the responsibility of the permittee; (b) a transfer of operational control has occurred (See Section II.F.4. below); or (c) the operator has obtained alternative authorization under an individual TPDES permit or alternative TPDES general permit. Minimum Contents of the NOT The NOT form shall require, at a minimum, the following information: (a) if authorization was granted following submission of an NOI, the permittee's site - specific TPDES authorization number for the construction site; (b) an indication of whether the construction activity is completed or if the permittee is simply no longer an operator at the site; (c) the name, address, and telephone number of the permittee submitting the -NOT; (d) the name (or other identifier), address, county, and latitude/longitude of the construction project or site; and (e) a signed certification that either all storm water discharges requiring authorization under this general permit will no longer occur, or that the applicant to terminate coverage is no longer the operator of the facility or construction site, and that all temporary structural erosion controls have either been removed, will be removed on a schedule defined in the SWP3, or have been transferred to a new operator if the new operator has applied for permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Termination of Coverage for Small Construction Sites and for Secondary Operators at Large Construction Sites Each operator that has obtained automatic authorization and has not been required to submit an NOI must remove the site notice upon meeting any of the conditions listed below, complete the applicable portion of the site notice related to removal of the site notice, and submit a copy of the completed site notice to the operator of any MS4 receiving the discharge (or provide alternative notification as allowed by the MS4 operator, with documentation of such notification included in the SWP3), within 30 days of meeting any of the following conditions: (a) final stabilization has been achieved on all portions of the site that are the responsibility of the permittee; (b) a transfer of operational control has occurred (See Section II.F.4. below); or Page 20 Construction General Permit TPDES General Permit TXR150000 (c) the operator has obtained alternative authorization under an individual or general TPDES permit. • wvl Authorization to discharge under this general permit terminates immediately upon removal of the applicable site notice. Compliance with the conditions and requirements of this permit is required until the site notice is removed. 4. Transfer of Operational Control Coverage under this general permit is not transferable. A transfer of operational control includes changes to the structure of a company, such as changing from a partnership to a corporation, or changing to a different corporation type such that a different filing (or charter) number is established with the Texas Secretary of State. When the primary operator of a large construction activity changes or operational control is transferred, the original operator must submit a Notice of Termination (NOT) within ten (10) days prior to the date that responsibility for operations terminates, and the new operator must submit an NOI at least ten (10) days prior to the transfer of operational control, in accordance with condition (a) or (b) below. A copy of the NOT must be provided to the operator of any MS4 receiving the discharge in accordance with Section II.F.1. above. Operators of regulated construction activities who are not required to submit an NOI must remove the original site notice, and the new operator must post the required site notice prior to the transfer of operational control, in accordance with condition (a) or (b) below. A copy of the completed site notice must be provided to the operator of any MS4 receiving the 14400, discharge, in accordance with Section II.F.3. above. A transfer of operational control occurs when either of the following criteria is met: (a) Another operator has assumed control over all areas of the site that have not been finally stabilized; and all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator, provided that the permitted operator has attempted to notify the new operator in writing of the requirement to obtain permit coverage. Record of this notification (or attempt at notification) shall be retained by the operator in accordance with Part VI of this permit. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. (b) A homebuilder has purchased one or more lots from an operator who obtained coverage under this general permit for a common plan of development or sale. The homebuilder is considered a new operator and shall comply with the requirements listed above, including the development of a SWP3 if necessary. Under these circumstances, the homebuilder is only responsible for compliance with the general permit requirements as they apply to lot(s) it has operational control over, and the original operator remains responsible for common controls or discharges, and must amend its SWP3 to remove the lot(s) transferred to the homebuilder. Page 21 Construction General Permit TPDES General Permit TXR150000 Section G. Waivers from Coverage The executive director may waive the otherwise applicable requirements of this general permit for storm water discharges from small construction activities under the terms and conditions described in this section. Waiver Applicability and Coverage Operators of small construction activities may apply for and receive a waiver from the requirements to obtain authorization under this general permit, where all of the following conditions are met. This waiver from coverage does not apply to non -storm water discharges. The operator must insure that any non -storm water discharges are either authorized under a separate permit or authorization, or are not considered to be a wastewater. (a) the calculated rainfall erosivity (R) factor for the entire period of the construction project is less than five (5); (b) the operator submits to the TCEQ a signed waiver certification form, supplied by the executive director, certifying that the construction activity will commence and be completed within a period when the value of the calculated rainfall erosivity R factor is less than five (5); and (c) the waiver certification form is postmarked for delivery to the TCEQ at least two (2) days before construction activity begins. 2. Steps to Obtaining a Waiver = The construction site operator may calculate the R factor to request a waiver using the following steps: (a) Estimate the construction start date and the construction end date. The construction end date is the date that final stabilization will be achieved. (b) Find the appropriate Erosivity Index (EI) zone in Appendix B of this permit. (c) Find the EI percentage for the project period by adding the results for each period of the project using the table provided in Appendix D of this permit, in EPA Fact Sheet 2.1, or in USDA Handbook 703, by subtracting the start value from the end value to find the percent EI for the site. (d) Refer to the Isoerodent Map (Appendix C of this permit) and interpolate the annual isoerodent value for the proposed construction location. (e) Multiply the percent value obtained in Step (c) above by the annual isoerodent value obtained in Step (d). This is the R factor for the proposed project. If the value is less than 5, then a waiver may be obtained. If the value is five (5) or more, then a waiver may not be obtained, and the operator must obtain coverage under Part II.E.2. of this permit. Page 22 Construction General Permit TPDES General Permit TXR150000 Alternatively, the operator may calculate a site -specific R factor utilizing the following online calculator: http://ei.tamu.edu/index.html, or using another available resource. `'no, The waiver certification form is not required to be posted at the small construction site. 3. Effective Date of Waiver Operators of small construction activities are provisionally waived from the otherwise applicable requirements of this general permit two (2) days from the date that a completed waiver certification form is postmarked for delivery to TCEQ. 4. Activities Extending Beyond the Waiver Period If a construction activity extends beyond the approved waiver period due to circumstances beyond the control of the operator, the operator must either: (a) recalculate the rainfall erosivity (R) factor using the original start date and a new projected ending date, and if the R factor is still under five (5), submit a new waiver certification form at least two (2) days before the end of the original waiver period; or _ (b) obtain authorization under this general permit according to the requirements delineated in either Part II.E.2. or Part II.E.3. at least two (2) days before the end of the approved waiver period. 14✓ Section H. Alternative TPDES Permit Coverage 1. Individual Permit Alternative Any discharge eligible for coverage under this general permit may alternatively be authorized under an individual TPDES permit according to 30 TAC Chapter 305 (relating to Consolidated Permits). Applications for individual permit coverage should be submitted at least three hundred and thirty (330) days prior to commencement of construction activities to ensure timely issuance. 2. Individual Permit Required The executive director may suspend an authorization or deny an NOI in accordance with the procedures set forth in 30 TAC Chapter 205 (relating to General Permits for Waste Discharges), including the requirement that the executive director provide written notice to the permittee. The executive director may require an operator of a construction site, otherwise eligible for authorization under this general permit, to apply for an individual TPDES permit in the following circumstances: (a) the conditions of an approved total maximum daily load (TMDL) limitation or TMDL implementation plan on the receiving stream; Page 23 Construction General Permit TPDES General Permit TXR 150000 (b) the activity being detennined to cause a violation of water quality standards or being found to cause, or contribute to, the loss of a designated use of surface water in the state: and (c) any other consideration defined in 30 TAC Chapter 205 (relating to General Permits for Waste Discharges) including 30 TAC §205.4(c)(3)(D), which allows the commission to deny authorization under the general permit and require an individual permit if a discharger "has been determined by the executive director to have been out of compliance with any rule, order, or permit of the commission, including non- payment of fees assessed by the executive director." Additionally, the executive director may cancel, revoke, or suspend authorization to discharge under this general permit based on a finding of historical and significant noncompliance with the provisions of this general permit, relating to 30 TAC §60.3 (Use of Compliance History). Denial of authorization to discharge under this general permit or suspension of a permittee's authorization under this general permit shall be done according to commission rules in 30 TAC, Chapter 205 (relating to General Permits for Waste Discharges). 3. Any discharge eligible for authorization under this general permit may alternatively be authorized under a separate general permit according to 30 TAC Chapter 205 (relating to General Permits for Waste Discharges), if applicable. Section I. Permit Expiration This general permit is issued for a term not to exceed five (5) years. All active discharge v authorizations expire on the date provided on page one (1) of this permit. Following public notice and comment, as provided by 30 TAC §205.3 (relating to Public Notice, Public Meetings, and Public Comment), the commission may amend, revoke, cancel, or renew this general permit. 2. If the executive director publishes a notice of the intent to renew or amend this general permit before the expiration date, the permit will remain in effect for existing, authorized discharges until the commission takes final action on the permit. Upon issuance of a renewed or amended permit, permittees may be required to submit an NOI within 90 days following the effective date of the renewed or amended permit, unless that permit provides for an alternative method for obtaining authorization. 3. If the commission does not propose to reissue this general permit within 90 days before the expiration date, permittees shall apply for authorization under an individual permit or an alternative general permit. If the application for an individual permit is submitted before the expiration date, authorization under this expiring general permit remains in effect until the issuance or denial of an individual permit. No new NOIs will be accepted nor new authorizations honored under the general permit after the expiration date. Part III. Storm Water Pollution Prevention Plans (SWP3) Storm water pollution prevention plans must be prepared to address discharges authorized under Parts II.E.2. and II.E.3. that will reach Waters of the United States, including discharges to MS4s and privately owned Page 24 Construction General Permit TPDES General Permit TXR150000 separate storm sewer systems that drain to Waters of the United States, to identify and address potential sources of pollution that are reasonably expected to affect the quality of discharges from the construction site, including off -site material storage areas, overburden and stockpiles of dirt, borrow areas, equipment staging areas, vehicle repair areas, fueling areas, etc., used solely by the permitted project. The SWP3 must describe the implementation of practices that will be used to minimize to the extent practicable the discharge of pollutants in storm water associated with construction activity and non -storm water discharges described in Part II.A.3., in compliance with the terms and conditions of this permit. Individual operators at a site may develop separate SWP3s that cover only their portion of the project, provided reference is made to the other operators at the site. Where there is more than one SWP3 for a site, permittees must coordinate to ensure that BMPs and controls are consistent and do not negate or impair the effectiveness of each other. Regardless of whether a single comprehensive SWP3 is developed or separate SWP3s are developed for each operator, it is the responsibility of each operator to ensure compliance with the terms and conditions of this general permit in the areas of the construction site where that operator has control over construction plans and specifications or day-to-day operations. Section A. Shared SWP3 Development For more effective coordination of BMPs and opportunities for cost sharing, a cooperative effort by the different operators at a site is encouraged. Operators must independently obtain authorization, but may work together to prepare and implement a single, comprehensive SWP3 for the entire construction site. 1. The SWP3 must clearly list the name and, for large construction activities, the general permit authorization numbers, for each operator that participates in the shared SWP3. Until the TCEQ responds to receipt of the NOI with a general permit authorization number, the SWP3 must specify the date that the NOI was submitted to TCEQ by each operator. Each operator participating in the shared plan must also sign the SWP3. 2. The SWP3 must clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. If the responsibility for satisfying a requirement is not described in the plan, then each permittee is entirely responsible for meeting the requirement within the boundaries of the construction site where they perform construction activities. The SWP3 must clearly describe responsibilities for meeting each requirement in shared or common areas. Section B. Responsibilities of Operators 1. Secondary Operators and Primary Operators with Control Over Construction Plans and Specifications All secondary operators and primary operators with control over construction plans and specifications must: (a) ensure the project specifications allow or provide that adequate BMPs are developed to meet the requirements of Part III of this general permit; ..o, (b) ensure that the SWP3 indicates the areas of the project where they have control over project specifications, including the ability to make modifications in specifications; Page 25 Construction General Permit TPDES General Permit TXR150000 (c) ensure all other operators affected by modifications in project specifications are notified in a timely manner so that those operators may modify their best management practices as necessary to remain compliant with the conditions of this general permit; and (d) ensure that the SWP3 for portions of the project where they are operators indicates the name and site -specific TPDES authorization numbers for permittees with the day-to-day operational control over those activities necessary to ensure compliance with the SWP3 and other permit conditions. If the party with day-to-day operational control has not been authorized or has abandoned the site, the person with control over project specifications is considered to be the responsible party until the authority is transferred to another party and the SWP3 is updated. 2. Primary Operators with Day -to -Day Operational Control Primary Operators with day-to-day operational control of those activities at a project that are necessary to ensure compliance with an SWP3 and other permit conditions must ensure that the SWP3 accomplishes the following requirements: (a) meets the requirements of this general permit for those portions of the project where they are operators; (b) identifies the parties responsible for implementation of best management practices (BMPs) described in the SWP3; (c) indicates areas of the project where they have operational control over day-to-day activities; and (d) includes, for areas where they have operational control over day-to-day activities, the name and site -specific TPDES authorization number of the parties with control over project specifications, including the ability to make modifications in specifications. Section C. Deadlines for SWP3 Preparation, Implementation, and Compliance The SWP3 must be prepared prior to obtaining authorization under this general permit, and implemented prior to commencing construction activities that result in soil disturbance. The SWP3 must be prepared so that it provides for compliance with the terms and conditions of this general permit. Section D. Plan Review and Making Plans Available The SWP3 must be retained on -site at the construction site or, if the site is inactive or does not have an on -site location to store the plan, a notice must be posted describing the location of the SWP3. The SWP3 must be made readily available at the time of an on -site inspection to: the executive director; a federal, state, or local agency approving sediment and erosion plans, grading plans, or storm water management plans; local government officials; and the operator of a municipal separate storm sewer receiving discharges from the site. Page 26 Construction General Permit TPDES General Permit TXR150000 2. In addition to the requirement to post the NOI, a primary operator of a large construction activity must post the site notice provided in Attachment 4 of this permit near the main entrance of the construction site. An operator of a small construction activity seeking authorization under this general permit and a secondary operator of a large construction activity must post the site notice required in Part II.E.1., 2., or 3. of this permit in order to obtain authorization (see Attachments 1, 2, and 3). If the construction project is a linear construction project (e.g. pipeline or highway), the notices must be placed in a publicly accessible location near where construction is actively underway. Notices for these linear sites may be relocated, as necessary, along the length of the project. The notices must be readily available for viewing by the general public; local, state, and federal authorities; and contain the following information: (a) the site -specific TPDES authorization number for the project if assigned; (b) the operator name, contact name, and contact phone number; (c) a brief description of the project; and (d) the location of the SWP3. 3. This permit does not provide the general public with any right to trespass on a construction site for any reason, including inspection of a site; nor does this permit require that permittees allow members of the general public access to a construction site. Section E. Revisions and Updates to SWP3s The permittee must revise or update the SWP3 whenever the following occurs: a change in design, construction, operation, or maintenance that has a significant effect on the discharge of pollutants and that has not been previously addressed in the SWP3; 2. changing site conditions based on updated plans and specifications, new operators, new areas of responsibility, and changes in BMPs; or 3. results of inspections or investigations by site operators, operators of a municipal separate storm sewer system receiving the discharge, authorized TCEQ personnel, or a federal, state or local agency approving sediment and erosion plans indicate the SWP3 is proving ineffective in eliminating or significantly minimizing pollutants in discharges authorized under this general permit. Section F. Contents of SWP3 The SWP3 must include, at a minimum, the information described in this section. A site or project description, which includes the following information: (a) a description of the nature of the construction activity; (b) a list of potential pollutants and their sources; Page 27 Construction General Permit TPDES General Permit TXR150000 (c) a description of the intended schedule or sequence of activities that will disturb soils for major portions of the site; (d) the total number of acres of the entire property and the total number of acres where construction activities will occur, including off -site material storage areas, overburden and stockpiles of dirt, and borrow areas that are authorized under the permittee's NOI; (e) data describing the soil or the quality of any discharge from the site; (f) a map showing the general location of the site (e.g. a portion of a city or county map); (g) a detailed site map (or maps) indicating the following: (i) drainage patterns and approximate slopes anticipated after major grading activities; (ii) areas where soil disturbance will occur; (iii) locations of all major structural controls either planned or in place; (iv) locations where temporary or permanent stabilization practices are expected to be used; (v) locations of construction support activities, including off -site activities, that are authorized under the permittee's NOI, including material, waste, borrow, fill, or equipment storage areas; (vi) surface waters (including wetlands) either at, adjacent, or in close proximity to the site; (vii) locations where storm water discharges from the site directly to a surface water body or a municipal separate storm sewer system; and (viii) vehicle wash areas. Where the amount of information required to be included on the map would result in a single map being difficult to read and interpret, the operator shall develop a series of maps that collectively include the required information. (h) the location and description of support activities authorized under the permittee's NOI, including asphalt plants, concrete plants, and other activities providing support to the construction site that is authorized under this general permit; (i) the name of receiving waters at or near the site that may be disturbed or that may receive discharges from disturbed areas of the project; Page 28 Construction General Permit TPDES General Permit TXR150000 0) a copy of this TPDES general permit, and (k) the notice of intent (NOI) and acknowledgement certificate for primary operators of large construction sites, and the site notice for small construction sites and for secondary operators of large construction sites. 2. A description of the best management practices (BMPs) that will be used to minimize pollution in runoff. The description must identify the general timing or sequence for implementation. At a minimum, the description must include the following components: (a) General Requirements (i) Erosion and sediment controls must be designed to retain sediment on -site to the extent practicable with consideration for local topography, soil type, and rainfall. (ii) Control measures must be properly selected, installed, and maintained according to the manufacturer's or designer's specifications. (iii) Controls must be developed to minimize the offsite transport of litter, construction debris, and construction materials. (b) Erosion Control and Stabilization Practices The SWP3 must include a description of temporary and permanent erosion control and stabilization practices for the site, including a schedule of when the practices will be implemented. Site plans should ensure that existing vegetation is preserved where it is possible. (i) Erosion control and stabilization practices may include but are not limited to: establishment of temporary or permanent vegetation, mulching, geotextiles, sod stabilization, vegetative buffer strips, protection of existing trees and vegetation, slope texturing, temporary velocity dissipation devices, flow diversion mechanisms, and other similar measures. (ii) The following records must be maintained and either attached to or referenced in the SWP3, and made readily available upon request to the parties listed in Part III.D.I of this general permit: (A) the dates when major grading activities occur; (B) the dates when construction activities temporarily or permanently cease on a portion of the site; and (C) the dates when stabilization measures are initiated. Page 29 Construction General Permit TPDES General Permit TXR150000 (iii) Erosion control and stabilization measures must be initiated as soon as practicable in portions of the site where construction activities have temporarily ceased. Stabilization measures that provide a protective cover must be initiated as soon as practicable in portions of the site where �.— construction activities have permanently ceased. Except as provided in (A) through (D) below, these measures must be initiated no more than 14 days after the construction activity in that portion of the site has temporarily or permanently ceased: (A) Where the initiation of stabilization measures by the 14th day after construction activity temporarily or permanently ceased is precluded by snow cover or frozen ground conditions, stabilization measures must be initiated as soon as practicable. (B) Where construction activity on a portion of the site has temporarily ceased, and earth disturbing activities will be resumed within 21 days, temporary erosion control and stabilization measures are not required on that portion of site. (C) In and areas, semiarid areas, and areas experiencing droughts where the initiation of stabilization measures by the 14th day after construction activity has temporarily or permanently ceased or is precluded by and conditions, erosion control and stabilization measures must be initiated as soon as practicable. Where vegetative controls are not feasible due to and conditions, the operator shall install non -vegetative erosion controls. If non -vegetative controls are - not feasible, the operator shall install temporary sediment controls as required in Paragraph (D) below. (D) In areas where temporary stabilization measures are infeasible, the operator may alternatively utilize temporary perimeter controls. The operator must document in the SWP3 the reason why stabilization measures are not feasible, and must demonstrate that the perimeter controls will retain sediment on site to the extent practicable. The operator must continue to inspect the BMPs at the frequency established in Section III.F.7.(a) for unstabilized sites. (iv) Final stabilization must be achieved prior to termination of permit coverage. (c) Sediment Control Practices The SWP3 must include a description of any sediment control practices used to remove eroded soils from storm water runoff, including the general timing or sequence for implementation of controls. (i) Sites With Drainage Areas of Ten or More Acres (A) Sedimentation Basin(s) Page 30 Construction General Permit TPDES General Permit TXR150000 (1) A sedimentation basin is required, where feasible, for a common drainage location that serves an area with ten (10) or more acres disturbed at one time. A sedimentation basin may be temporary or permanent, and must provide sufficient storage to contain a calculated volume of runoff from a 2- year, 24-hour storm from each disturbed acre drained. When calculating the volume of runoff from a 2-year, 24-hour storm event, it is not required to include the flows from offsite areas and flow from onsite areas that are either undisturbed or have already undergone permanent stabilization, if these flows are diverted around both the disturbed areas of the site and the sediment basin. Capacity calculations shall be included in the S WP3. (2) Where rainfall data is not available or a calculation cannot be performed, the sedimentation basin must provide at least 3,600 cubic feet of storage per acre drained until final stabilization of the site. (3) If a sedimentation basin is not feasible, then the permittee shall provide equivalent control measures until final stabilization of the site. In determining whether installing a sediment basin is feasible, the permittee may consider factors such as site soils, slope, available area, public safety, precipitation patterns, site geometry, site vegetation, infiltration capacity, geotechnical factors, depth to groundwater, and other similar considerations. The permittee shall document the reason that the sediment basins are not feasible, and shall utilize equivalent control measures, which may include a series of smaller sediment basins. (B) Perimeter Controls: At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries of the construction area, and for those side slope boundaries deemed appropriate as dictated by individual site conditions. (ii) Controls for Sites With Drainage Areas Less than Ten Acres: (A) Sediment traps and sediment basins may be used to control solids in storm water runoff for drainage locations serving less than ten (10) acres. At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries of the construction area, and for those side slope boundaries deemed appropriate as dictated by individual site conditions. (B) Alternatively, a sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed Page 31 Construction General Permit TPDES General Permit TXR150000 acre drained maybe utilized. Where rainfall data is not available or a calculation cannot be performed, a temporary or permanent sediment basin providing 3,600 cubic feet of storage per acre drained may be provided. If a calculation is performed, then the calculation shall be included in the SWP3. 3. A Description of Permanent Storm Water Controls A description of any measures that will be installed during the construction process to control pollutants in storm water discharges that may occur after construction operations have been completed must be included in the SWP3. Permittees are only responsible for the installation and maintenance of storm water management measures prior to final stabilization of the site or prior to submission of an NOT. 4. Other Required Controls and BMPs (a) Permittees shall minimize, to the extent practicable, the off -site vehicle tracking of sediments and the generation of dust. The SWP3 shall include a description of controls utilized to accomplish this requirement. (b) The SWP3 must include a description of construction and waste materials expected to be stored on -site and a description of controls to minimize pollutants from these materials. (c) The SWP3 must include a description of potential pollutant sources from areas other than construction (such as storm water discharges from dedicated asphalt plants and dedicated concrete batch plants), and a description of controls and measures that will be implemented at those sites to minimize pollutant discharges. (d) Permittees shall place velocity dissipation devices at discharge locations and along the length of any outfall channel (i.e., runoff conveyance) to provide a non -erosive flow velocity from the structure to a water course, so that the natural physical and biological characteristics and functions are maintained and protected. (e) Permittees shall design and utilize appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water from the site. 5. Documentation of Compliance with Approved State and Local Plans (a) Permittees must ensure that the SWP3 is consistent with requirements specified in applicable sediment and erosion site plans or site permits, or storm water management site plans or site permits approved by federal, state, or local officials. (b) SWP3s must be updated as necessary to remain consistent with any changes applicable to protecting surface water resources in sediment erosion site plans or site permits, or storm water management site plans or site permits approved by state or local official for which the permittee receives written notice. Page 32 Construction General Permit TPDES General Permit TXR150000 (c) If the permittee is required to prepare a separate management plan, including but not limited to a Water Pollution Abatement Plan or Contributing Zone Plan in accordance with 30 TAC Chapter 213 (related to the Edwards Aquifer), then a copy '"wWr of that plan must be either included in the SWP3 or made readily available upon request to authorized personnel of the TCEQ. The permittee shall maintain a copy of the approval letter for the plan in its SWP3. 6. Maintenance Requirements (a) All protective measures identified in the SWP3 must be maintained in effective operating condition. If, through inspections or other means, the permittee determines that BMPs are not operating effectively, then the permittee shall perform maintenance as necessary to maintain the continued effectiveness of storm water controls, and prior to the next rain event if feasible. If maintenance prior to the next anticipated storm event is impracticable, the reason shall be documented in the SWP3 and maintenance must be scheduled and accomplished as soon as practicable. Erosion and sediment controls that have been intentionally disabled, run -over, removed, or otherwise rendered ineffective must be replaced or corrected immediately upon discovery. (b) If periodic inspections or other information indicates a control has been used incorrectly, is performing inadequately, or is damaged, then the operator must replace or modify the control as soon as practicable after making the discovery. (c) Sediment must be removed from sediment traps and sedimentation ponds no later '"as" than the time that design capacity has been reduced by 50%. For perimeter controls such as silt fences, berms, etc., the trapped sediment must be removed before it reaches 50% of the above -ground height. (d) If sediment escapes the site, accumulations must be removed at a frequency that minimizes off -site impacts, and prior to the next rain event, if feasible. If the permittee does not own or operate the off -site conveyance, then the permittee must to work with the owner or operator of the property to remove the sediment. 7. Inspections of Controls (a) Personnel provided by the permittee must inspect disturbed areas of the construction site that have not been finally stabilized, areas used for storage of materials that are exposed to precipitation, discharge locations, and structural controls for evidence of, or the potential for, pollutants entering the drainage system. Personnel conducting these inspections must be knowledgeable of this general permit, familiar with the construction site, and knowledgeable of the SWP3 for the site. Sediment and erosion control measures identified in the SWP3 must be inspected to ensure that they are operating correctly. Locations where vehicles enter or exit the site must be inspected for evidence of off -site sediment tracking. Inspections must be conducted at least once every 14 calendar days and within 24 hours of the end of a storm event of 0.5 inches or greater. Page 33 Construction General Permit TPDES General Permit TXR150000 Where sites have been finally or temporarily stabilized or where runoff is unlikely due to winter conditions (e.g. site is covered with snow, ice, or frozen ground exists), inspections must be conducted at least once every month. In and or semi -arid areas, inspections must be conducted at least once every month and within 24 hours after the end of a storm event of 0.5 inches or greater. As an alternative to the above -described inspection schedule of once every 14 calendar days and within 24 hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If this alternative schedule is developed, then the inspection must occur on a specifically defined day, regardless of whether or not there has been a rainfall event since the previous inspection. The inspections may occur on either schedule provided that the SWP3 reflects the current schedule and that any changes to the schedule are conducted in accordance with the following provisions: the schedule may be changed a maximum of one time each month, the schedule change must be implemented at the beginning of a calendar month, and the reason for the schedule change must be documented in the SWP3 (e.g., end of "dry" season and beginning of "wet" season). (b) Utility line installation, pipeline construction, and other examples of long, narrow, linear construction activities may provide inspection personnel with limited access to the areas described in Part III.F.8.(a) above. Inspection of these areas could require that vehicles compromise temporarily or even permanently stabilized areas, cause additional disturbance of soils, and increase the potential for erosion. In these circumstances, controls must be inspected at least once every 14 calendar days and within 24 hours of the end of a storm event of 0.5 inches, but representative inspections may be performed. For representative inspections, personnel must inspect controls along the construction site for 0.25 mile above and below each access point where a roadway, undisturbed right-of-way, or other similar feature intersects the construction site and allows access to the areas described in Part III.F.8.(a) above. The conditions of the controls along each inspected 0.25 mile portion may be considered as representative of the condition of controls along that reach extending from the end of the 0.25 mile portion to either the end of the next 0.25 mile inspected portion, or to the end of the project, whichever occurs first. As an alternative to the above -described inspection schedule of once every 14 calendar days and within 24 hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day, regardless of whether or not there has been a rainfall event since the previous inspection. The inspections may occur on either schedule provided that the SWP3 reflects the current schedule and that any changes to the schedule are conducted in accordance with the following provisions: the schedule may be changed a maximum of one time each month, the schedule change must be implemented at the beginning of a calendar month, and the reason for the schedule change must be documented in the SWP3 (e.g., end of "dry" season and beginning of "wet" season). Page 34 Construction General Permit TPDES General Permit TXR150000 (c) In the event of flooding or other uncontrollable situations which prohibit access to the inspection sites, inspections must be conducted as soon as access is practicable. Nftor (d) The SWP3 must be modified based on the results of inspections, as necessary, to better control pollutants in runoff. Revisions to the SWP3 must be completed within seven (7) calendar days following the inspection. If existing BMPs are modified or if additional BMPs are necessary, an implementation schedule must be described in the SWP3 and wherever possible those changes implemented before the next storm event. If implementation before the next anticipated storm event is impracticable, these changes must be implemented as soon as practicable. (e) A report summarizing the scope of the inspection, the date(s) of the inspection, and major observations relating to the implementation of the SWP3 must be made and retained as part of the SWP3. Major observations should include: The locations of discharges of sediment or other pollutants from the site; locations of BMPs that need to be maintained; locations of BMPs that failed to operate as designed or proved inadequate for a particular location; and locations where additional BMPs are needed. Actions taken as a result of inspections must be described within, and retained as a part of, the SWP3. Reports must identify any incidents of non-compliance. Where a report does not identify any incidents of non-compliance, the report must contain a certification that the facility or site is in compliance with the SWP3 and this permit. The report must be signed by the person and in the manner required by 30 TAC § 305.128 (relating to Signatories to Reports). The names and qualifications of personnel making the inspections for the permittee may be documented once in the SWP3 rather than being included in each report. 8. The SWP3 must identify and ensure the implementation of appropriate pollution prevention measures for all eligible non -storm water components of the discharge, as listed in Part II.A.3. of this permit. 9. The SWP3 must include the information required in Part III.B. of this general permit. Part IV. Storm Water Runoff from Concrete Batch Plants Discharges of storm water runoff from concrete batch plants at regulated construction sites may be authorized under the provisions of this general permit provided that the following requirements are met for concrete batch plant(s) authorized under this permit. If discharges of storm water runoff from concrete batch plants are not covered under this general permit, then discharges must be authorized under an alternative general permit or individual permit. This permit does not authorize the discharge or land disposal of any wastewater from concrete batch plants at regulated construction sites. Authorization for these wastes must be obtained under an individual permit or an alternative general permit. Section A. Benchmark Sampling Requirements 1. Operators of concrete batch plants authorized under this general permit must sample the storm water runoff from the concrete batch plants according to the requirements of this Page 35 Construction General Permit TPDES General Permit TXR150000 section of this general permit, and must conduct evaluations on the effectiveness of the SWP3 based on the following benchmark monitoring values: Benchmark Benchmark Sampling Sample Type Parameter Value Frequency Oil and Grease 15 mg/L I/quarter (* 1)(*2) Grab (*3) f Total Suspended 100 mg/L 1/quarter (* 1)(*2) Grab (*3) Solids pH 6.0 - 9.0 1/quarter (*1)(*2) Grab (*3) Standard Units Total Iron 1.3 mg/L 1/quarter(*1)(*2) Grab (*3) (*I) When discharge occurs. Sampling is required within the first 30 minutes of discharge. If it is not practicable to take the sample, or to complete the sampling, within the first 30 minutes, sampling must be completed within the first hour of discharge. If sampling is not completed within the first 30 minutes of discharge, the reason must be documented and attached to all required reports and records of the sampling activity. (*2) Sampling must be conducted at least once during each of the following periods. The first sample must be collected during the first full quarter that a storm water discharge occurs from a concrete batch plant authorized under this general permit. January through March April through June July through September October through December For projects lasting less than one full quarter, a minimum of one sample shall be collected, provided that a storm water discharge occurred at least once following submission of the NOI or following the date that automatic authorization was obtained under Section II.E.2., and prior to terminating coverage. (*3) A grab sample shall be collected from the storm water discharge resulting from a storm event that is at least 0.1 inches of measured precipitation that occurs at least 72 hours from the previously measurable storm event. The sample shall be collected downstream of the concrete batch plant, and where the discharge exits any BMPs utilized to handle the runoff from the batch plant, prior to commingling with any other water authorized under this general permit. 2. The permittee must compare the results of sample analyses to the benchmark values above, and must include this comparison in the overall assessment of the SWP3's effectiveness. Analytical results that exceed a benchmark value are not a violation of this permit, as these values are not numeric effluent limitations. Results of analyses are indicators that modifications of the SWP3 should be assessed and may be necessary to protect water quality. The operator must investigate the cause for each exceedance and must document the results of this investigation in the SWP3 by the end of the quarter following the sampling event. Page 36 Construction General Permit TPDES General Permit TXR150000 Section B. The operator's investigation must identify the following: (a) any additional potential sources of pollution, such as spills that might have occurred, (b) necessary revisions to good housekeeping measures that are part of the SWP3, (c) additional BMPs, including a schedule to install or implement the BMPs, and (d) other parts of the SWP3 that may require revisions in order to meet the goal of the benchmark values. Background concentrations of specific pollutants may also be considered during the investigation. If the operator is able to relate the cause of the exceedance to background concentrations, then subsequent exceedances of benchmark values for that pollutant may be resolved by referencing earlier findings in the SWP3. Background concentrations may be identified by laboratory analyses of samples of storm water runon to the permitted facility, by laboratory analyses of samples of storm water run-off from adjacent non -industrial areas, or by identifying the pollutant is a naturally occurring material in soils at the site. Best Management Practices (BMPs) and SWP3 Requirements Minimum Storm Water Pollution Prevention Plan (SWP3) Requirements — The following are required in addition to other SWP3 requirements listed in this general permit (including, but not limited to Part III.F.7. of this permit): 1. Description of Potential Pollutant Sources - The SWP3 must provide a description of potential sources (activities and materials) that may reasonably be expected to affect the quality of storm water discharges associated with concrete batch plants authorized under this permit. The SWP3 must describe practices that that will be used to reduce the pollutants in these discharges to assure compliance with this general permit, including the protection of water quality, and must ensure the implementation of these practices. The following must be developed, at a minimum, in support of developing this description: (a) Drainage — The site map must include the following information: (1) the location of all outfalls for storm water discharges associated with concrete batch plants that are authorized under this permit; (2) a depiction of the drainage area and the direction of flow to the outfall(s); (3) structural controls used within the drainage area(s); (4) the locations of the following areas associated with concrete batch plants that are exposed to precipitation: vehicle and equipment maintenance activities (including fueling, repair, and storage areas for vehicles and equipment scheduled for maintenance); areas used for the treatment, storage, or disposal Page 37 Construction General Permit TPDES General Permit TXR150000 of wastes; liquid storage tanks; material processing and storage areas; and loading and unloading areas; and (5) the locations of the following: any bag house or other dust control device(s); recycle/sedimentation pond, clarifier or other device used for the treatment of facility wastewater (including the areas that drain to the treatment device); areas with significant materials; and areas where major spills or leaks have occurred. (b) Inventory of Exposed Materials — A list of materials handled at the concrete batch plant that may be exposed to storm water and that have a potential to affect the quality of storm water discharges associated with concrete batch plants that are authorized under this general permit. (c) Spills and Leaks - A list of significant spills and leaks of toxic or hazardous pollutants that occurred in areas exposed to storm water and that drain to storm water outfalls associated with concrete batch plants authorized under this general permit must be developed, maintained, and updated. (d) Sampling Data - A summary of existing storm water discharge sampling data must be maintained, if available. 2. Measures and Controls - The SWP3 must include a description of management controls to regulate pollutants identified in the SWP3's "Description of Potential Pollutant Sources" from Part IV.B. L(a) of this permit, and a schedule for implementation of the measures and controls. This must include, at a minimum: *4wo' (a) Good Housekeeping - Good housekeeping measures must be developed and implemented in the area(s) associated with concrete batch plants. (1) Operators must prevent or minimize the discharge of spilled cement, aggregate (including sand or gravel), settled dust, or other significant materials from paved portions of the site that are exposed to storm water. Measures used to minimize the presence of these materials may include regular sweeping or other equivalent practices. These practices must be conducted at a frequency that is determined based on consideration of the amount of industrial activity occurring in the area and frequency of precipitation, and shall occur at least once per week when cement or aggregate is being handled or otherwise processed in the area. (2) Operators must prevent the exposure of fine granular solids, such as cement, to storm water. Where practicable, these materials must be stored in enclosed silos, hoppers or buildings, in covered areas, or under covering. (b) Spill Prevention and Response Procedures - Areas where potential spills that can contribute pollutants to storm water runoff, and the drainage areas from these locations, must be identified in the SWP3. Where appropriate, the SWP3 must specify material handling procedures, storage requirements, and use of equipment. Page 38 Construction General Permit TPDES General Permit TXR150000 Procedures for cleaning up spills must be identified in the SWP3 and made available to the appropriate personnel. ...i (c) Inspections - Qualified facility personnel (i.e., a person or persons with knowledge of this general permit, the concrete batch plant, and the SWP3 related to the concrete batch plant(s) for the site) must be identified to inspect designated equipment and areas of the facility specified in the SWP3. The inspection frequency must be specified in the SWP3 based upon a consideration of the level of concrete production at the facility, but must be a minimum of once per month while the facility is in operation. The inspection must take place while the facility is in operation and must, at a minimum, include all areas that are exposed to storm water at the site, including material handling areas, above ground storage tanks, hoppers or silos, dust collection/containment systems, truck wash down and equipment cleaning areas. Follow-up procedures must be used to ensure that appropriate actions are taken in response to the inspections. Records of inspections must be maintained and be made readily available for inspection upon request. (d) Employee Training - An employee training program must be developed to educate personnel responsible for implementing any component of the SWP3, or personnel otherwise responsible for storm water pollution prevention, with the provisions of the SWP3. The frequency of training must be documented in the SWP3, and at a minimum, must consist of one training prior to the initiation of operation of the concrete batch plant. (e) Record Keeping and Internal Reporting Procedures - A description of spills and '"NOV, similar incidents, plus additional information that is obtained regarding the quality and quantity of storm water discharges, must be included in the SWP3. Inspection and maintenance activities must be documented and records of those inspection and maintenance activities must be incorporated in the SWP3. (f) Management of Runoff - The SWP3 shall contain a narrative consideration for reducing the volume of runoff from concrete batch plants by diverting runoff or otherwise managing runoff, including use of infiltration, detention ponds, retention ponds, or reusing of runoff. 3. Comprehensive Compliance Evaluation — At least once per year, one or more qualified personnel (i.e., a person or persons with knowledge of this general permit, the concrete batch plant, and the SWP3 related to the concrete batch plant(s) for the site) shall conduct a compliance evaluation of the plant. The evaluation must include the following. (a) Visual examination of all areas draining storm water associated with regulated concrete batch plants for evidence of, or the potential for, pollutants entering the drainage system. These include but are not limited to: cleaning areas, material handling areas, above ground storage tanks, hoppers or silos, dust collection/containment systems, and truck wash down and equipment cleaning areas. Measures implemented to reduce pollutants in runoff (including structural controls and implementation of management practices) must be evaluated to determine if they are effective and if they are implemented in accordance with the terms of this permit Page 39 Construction General Permit TPDES General Permit TXR150000 and with the perniittee's SWP3. The operator shall conduct a visual inspection of equipment needed to implement the SWP3, such as spill response equipment. (b) Based on the results of the evaluation, the following must be revised as appropriate within two weeks of the evaluation: the description of potential pollutant sources identified in the SWP3 (as required in Part IV.B.1., "Description of Potential Pollutant Sources"); and pollution prevention measures and controls identified in the SWP3 (as required in Part IV.B.2., "Measures and Controls"). The revisions may include a schedule for implementing the necessary changes. (c) The permittee shall prepare and include in the SWP3 a report summarizing the scope of the evaluation, the personnel making the evaluation, the date(s) of the evaluation, major observations relating to the implementation of the SWP3, and actions taken in response to the findings of the evaluation. The report must identify any incidents of noncompliance. Where the report does not identify incidences of noncompliance, the report must contain a statement that the evaluation did not identify any incidence(s), and the report must be signed according to 30 TAC Section 305.128, relating to Signatories to Reports. (d) The Comprehensive Compliance Evaluation may substitute for one of the required inspections delineated in Part IV.B.2.(c) of this general permit. Section C. Prohibition of Wastewater Discharges Wastewater discharges associated with concrete production including wastewater disposal by land application are not authorized under this general permit. These wastewater discharges must be Nftwl authorized under an alternative TCEQ water quality permit or otherwise disposed of in an authorized manner. Discharges of concrete truck washout at construction sites may be authorized if conducted in accordance with the requirements of Part V of this general permit. Part V. Concrete Truck Wash Out Requirements This general permit authorizes the wash out of concrete trucks at construction sites regulated under Sections II.E.1., 2., and 3. of this general permit, provided the following requirements are met. Authorization is limited to the land disposal of wash out water from concrete trucks that are associated with off -site production facilities. Wash out water associated with on -site concrete production facilities must be authorized under a separate TCEQ general permit or individual permit. Direct discharge of concrete truck wash out water to surface water in the state, including discharge to storm sewers, is prohibited by this general permit. 2. Concrete truck wash out water shall be discharged to areas at the construction site where structural controls have been established to prevent direct discharge to surface waters, or to areas that have a minimal slope that allow infiltration and filtering of wash out water to prevent direct discharge to surface waters. Structural controls may consist of temporary berms, temporary shallow pits, temporary storage tanks with slow rate release, or other reasonable measures to prevent runoff from the construction site. 3. Wash out of concrete trucks during rainfall events shall be minimized. The direct discharge Page 40 Construction General Permit TPDES General Permit TXR150000 of concrete truck wash out water is prohibited at all times, and the operator shall insure that its BMPs are sufficient to prevent the discharge of concrete truck washout as the result of rain. 4. The discharge of wash out water shall not cause or contribute to groundwater contamination. 5. If SWP3 is required to be implemented, the SWP3 shall include concrete wash out areas on the associated map. Part VI. Retention of Records The permittee must retain the following records for a minimum period of three (3) years from the date that a NOT is submitted as required by Part II.E.3. For activities in which an NOT is not required, records shall be retained for a minimum period of three (3) years from the date that the operator terminates coverage under Section II.F.3. of this permit. Records include: A copy of the SWP3; 2. All reports and actions required by this permit, including a copy of the construction site notice; 3. All data used to complete the NOI, if an NOI is required for coverage under this general permit; and 4. All records of submittal of forms submitted to the operator of any MS4 receiving the discharge and to the secondary operator of a large construction site, if applicable. Part VII. Standard Permit Conditions 1. The permittee has a duty to comply with all permit conditions. Failure to comply with any permit condition is a violation of the permit and statutes under which it was issued, and is grounds for enforcement action, for terminating coverage under this general permit, or for requiring a discharger to apply for and obtain an individual TPDES permit. 2. Authorization under this general permit may be suspended or revoked for cause. Filing a notice of planned changes or anticipated non-compliance by the permittee does not stay any permit condition. The permittee must furnish to the executive director, upon request and within a reasonable time, any information necessary for the executive director to determine whether cause exists for revoking, suspending, or terminating authorization under this permit. Additionally, the permittee must provide to the executive director, upon request, copies of all records that the permittee is required to maintain as a condition of this general permit. It is not a defense for a discharger in an enforcement action that it would have been necessary to halt or reduce the permitted activity to maintain compliance with the permit conditions. 4. Inspection and entry shall be allowed under Texas Water Code Chapters 26-28, Texas Health and Safety Code §§361.032-361.033 and 361.037, and 40 Code of Federal Regulations (CFR) 1400, §122.41(i). The statement in Texas Water Code §26.014 that commission entry of a facility shall occur according to an establishment's rules and regulations concerning safety, internal security, and Page 41 Construction General Permit TPDES General Permit TXR150000 fire protection is not grounds for denial or restriction of entry to any part of the facility or site, but merely describes the commission's duty to observe appropriate rules and regulations during an inspection. The discharger is subject to administrative, civil, and criminal penalties, as applicable, under Texas Water Code §§26.136, 26.212, and 26.213 for violations including but not limited to the following: a. negligently or knowingly violating the federal Clean Water Act (CWA), §§301, 302, 306, 307, 308, 318, or 405, or any condition or limitation implementing any sections in a permit issued under CWA, §402, or any requirement imposed in a pretreatment program approved under CWA, §§402(a)(3) or 402(b)(8); b. knowingly making any false statement, representation, or certification in any record or other document submitted or required to be maintained under a permit, including monitoring reports or reports of compliance or noncompliance. 6. All reports and other information requested by the executive director must be signed by the person and in the manner required by 30 TAC §305.128 (relating to Signatories to Reports). 7. Authorization under this general permit does not convey property or water rights of any sort and does not grant any exclusive privilege. Part VIII. Fees 1. A fee of must be submitted along with the NOL• a. $325 if submitting a paper NOI, or b. $225 if submitting a NOI electronically. 2. Fees are due upon submission of the NOI. An NOI will not be declared administratively complete unless the associated fee has been paid in full. 3. No separate annual fees will be assessed. The Water Quality Annual fee has been incorporated into the NOI fees as described above. Page 42 Construction General Permit TPDES General Permit TXR150000 Appendix A: Automatic Authorization Periods of Low Erosion Potential by County — Eligible Date Ranges vdrews: Nov. 15 - Apr. 30 Kern Dec. 15 - Feb. 14 Archer: Dec. 15 - Feb. 14 Kimble: Dec. 15 - Feb. 14 Armstrong: Nov. 15 - Apr. 30 King: Dec. 15 - Feb. 14 Bailey: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Kinney: Dec. 15 - Feb. 14 Baylor: Dec. 15 - Feb. 14 Knox: Dec. 15 - Feb. 14 Borden: Nov. 15 - Apr. 30 Lamb: Nov. 1 - Apr. 14, or Nov. 15 - Apr. 30 Brewster: Nov. 15 - Apr. 30 Loving: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Briscoe: Nov. 15 - Apr. 30 Lubbock: Nov. 15 - Apr. 30 Brown: Dec. 15 -Feb. 14 Lynn: Nov. 15 - Apr. 30 Callahan: Dec. 15 - Feb. 14 Martin: Nov. 15 - Apr. 30 Carson: Nov. 15 -Apr. 30 Mason: Dec. 15 - Feb. 14 Castro: Nov. 15 - Apr. 30 Maverick: Dec. 15 - Feb. 14 Childress: Dec. 15 - Feb. 14 McCulloch: Dec. 15 - Feb. 14 Cochran: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Menard: Dec. 15 - Feb. 14 Coke: Dec. 15 - Feb. 14 Midland: Nov. 15 - Apr. 30 Coleman: Dec. 15 - Feb. 14 Mitchell: Nov. 15 - Apr. 30 Collingsworth: Jan. 1 - Mar. 30, or Dec. l - Feb. 28 Moore: Nov. 15 - Apr. 30 Concho: Dec. 15 - Feb. 14 Motley: Nov. 15 - Jan. 14, or Feb. 1 - Mar. 30 Cottle: Dec. 15 - Feb. 14 Nolan:' Dec. 15 -Feb. 14 Crane: Nov. 15 - Apr. 30 Oldham: Nov. 15 - Apr. 30 Crockett: Nov. 15 - Jan. 14, or Feb. 1 - Mar. 30 Parmer: Nov. 1 - Apr. 14, or Nov. 15 - Apr. 30 Crosby: Nov. 15 - Apr. 30 Pecos: Nov. 15 - Apr. 30 Culberson: Nov. 1 - May 14 Potter: Nov. 15 - Apr. 30 Dallam: Nov. 1 - Apr. 14, or Nov. 15 - Apr. 30 Presidio: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Dawson: Nov. 15 - Apr. 30 Randall: Nov. 15 - Apr. 30 nPaf Smith: Nov. 15 - Apr. 30 Reagan: Nov. 15 - Apr. 30 cens: Nov. 15 - Jan. 14, or Feb. 1 - Mar. 30 Real: Dec. 15 - Feb. 14 'tliimit: Dec. 15 - Feb. 14 Reeves: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Donley: Jan. 1 - Mar. 30, or Dec. 1 - Feb. 28 Runnels: Dec. 15 - Feb. 14 Eastland: Dec. 15 - Feb. 14 Schleicher: Dec. 15 - Feb. 14 Ector: Nov. 15 - Apr. 30 Scurry: Nov. 15 - Apr. 30 Edwards: Dec. 15 - Feb. 14 Shackelford: Dec. 15 - Feb. 14 El Paso: Jan. 1 - Jul. 14, or May 15 - Jul. 31, or Jun. 1 - Aug. 14, Sherman: Nov. 15 - Apr. 30 or Jun. 15 - Sept. 14, or Jul. I - Oct. 14, or Jul. 15 - Oct. 31, or Stephens: Dec. 15 - Feb. 14 Aug. 1 - Apr. 30, or Aug. 15 - May 14, or Sept. 1 - May 30, or Sterling: Nov. 15 - Apr. 30 Oct. 1 - Jun. 14, or Nov. 1 - Jun. 30, or Nov. 15 - Jul. 14 Stonewall: Dec. 15 - Feb. 14 Fisher: Dec. 15 -Feb. 14 Sutton: Dec. 15 - Feb. 14 Floyd: Nov. 15 - Apr. 30 Swisher: Nov. 15 - Apr. 30 Foard: Dec. 15 - Feb. 14 Taylor. Dec. 15 - Feb. 14 Gaines: Nov. 15 - Apr. 30 Terrell: Nov. 15 - Apr. 30 Garza: Nov. 15 - Apr. 30 Terry: Nov. 15 - Apr. 30 Glasscock: Nov. 15 - Apr. 30 Throckmorton: Dec. 15 - Feb. 14 Hale: Nov. 15 - Apr. 30 Tom Green: Dec. 15 - Feb. 14 Hall: Feb. 1 - Mar. 30 Upton: Nov. 15 - Apr. 30 Hansford: Nov. 15 -Apr. 30 Uvalde: Dec. 15 - Feb. 14 Hardeman: Dec. 15 - Feb. 14 Val Verde: Nov. 15 - Jan. 14, or Feb. 1 - Mar. 30 Hartley: Nov. 15 - Apr. 30 Ward: Nov. 1 - Apr. 14, or Nov. 15 - Apr. 30 Haskell: Dec. 15 - Feb. 14 Wichita: Dec. 15 - Feb. 14 Hockley: Nov. 1 - Apr. 14, or Nov. 15 - Apr. 30 Wilbarger: Dec. 15 - Feb. 14 Howard: Nov. 15 - Apr. 30 Winkler: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Hudspeth: Nov. 1 - May 14 Yoakum: Nov. 1 - Apr. 30, or Nov. 15 - May 14 Hutchinson: Nov. 15 - Apr. 30 Young: Dec. 15 - Feb. 14 ' -i: Dec. 15 - Feb. 14 Wheeler: Jan. 1 - Mar. 30, or Dec. 1 - Feb. 28 Davis: Nov. 1 - Apr. 30 or Nov. 15 - May 14 Zavala: Dec. 15 - Feb. 14 ones: Dec. 15 - Feb. 14 Kent: Nov. 15 - Jan. 14 or Feb. 1 - Mar. 30 Page 43 Construction General Permit TPDES General Permit TXR150000 72'- Appendix B: Erosivity Index (EI) Zones in Texas **M/ Adapted from Chapter 2 of USDA Agriculture Handbook 703: `Predicting Soil Erosion by Water: A Guide to Conservation Planning With the Revised Universal Soil Loss Equation (RUSLE), " U_S. Department of Agriculture, Agricultural Research Service Page 44 Construction General Permit TPDES General Permit TXR150000 Appendix C: Isoerodent Map Adapted from Chapter 2 of USDA Agriculture Handbook 703: "Predicting Soil Erosion by Water: A Guide to Conservation Planning 971h the Revised Universal Soil Loss Equation (RUSLE), " U.S. Department of Agriculture, Agricultural Research Service Page 45 Construction General Permit TPDES General Permit TXR150000 Appendix D: Erosivity Indices for EI Zones in Texas Periods: ti/ 1/1 1/15 2/1 2/15 311 3115 411 4115 511 5/15 6/1 6115 711 7115 811 8115 9/1 9115 10/1 10115 11/1 11/15 12/1 12/15 89 0 0 1 1 2 3 4 7 12 18 27 38 48 55 62 69 76 83 90 94 97 98 99 100 90 0 1 2 3 4 6 8 13 21 29 37 46 54 60 65 69 74 81 87 92 95 97 98 99 91 0 0 0 0 1 1 1 2 6 16 29 39 46 53 60 67 74 81 88 95 99 99 100 100 92 0 0 0 0 1 1 1 2 6 16 29 39 46 53 60 67 74 81 88 95 99 99 100 100 93 0 1 1 2 3 4 6 8 13 25 40 49 56 62 67 72 76 80 85 91 97 98 99 99 94 0 1 2 4 6 8 10 15 21 29 38 47 53 57 61 65 70 76 83 88 91 94 1 96 , 98 95 0 1 3 5 7 9 11 14 18 27 35 41 46 51 57 62 68 73 79 84 89 93 96 98 96 0 2 4 6 9 12 17 23 30 37 43 49 54 58 62 66 70 74 78 82 86 90 94 97 97 0 1 3 5 7 10 14 20 28 37 48 56 61 64 68 72 77 81 86 89 92 95 98 99 106 0 3 6 9 13 17 21 27 33 38 44 49 55 61 67 71 75 78 81 84 86 90 94 97 * Each period begins on the date listed in the table above and lasts until the day before the following period. The final period begins on December 15 and ends on December 31. Table adapted from Chapter 2 of USDA Agriculture Handbook 703: "Predicting Soil Erosion by Water. A Guide to Conservation Planning With the Revised Universal Soil Loss Equation (RUSLE), " U.S. Department of Agriculture, Agricultural Research Service %%N/ Page 46 Construction General Permit TPDES General Permit TXR150000 Attachment 1 �1��1• AWN SMALL CONSTRUCTION SITE NOTICE: LOW POTENTIAL FOR EROSION FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.E.1. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from small construction sites automatically authorized based on low rainfall erosivity. Additional information regarding the TCEQ storm water permit program may be found on the internet at: http://www.tceq.state.tx.us/nav/permits/Wq_construction.html Operator Name: Contact Name and Phone Number: Project Description: (Physical address or description of the site's location, estimated start date and projected end date, or date that disturbed soils will be stabilized) For Small Construction Sites Authorized Under Part H.E.I ., the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an automatic authorization based on low rainfall erosivity under Part ILE.1. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. Construction activities at this site shall occur within a time period listed in Appendix A of the TPDES general permit for this county, that period beginning on and ending on . I understand that if construction activities continue past this period, all storm water runoff must be authorized under a separate provision of the general permit. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Attachment 2 Date Date Notice Removed MS4 operator notified per Part HI.F.3. Page 47 Construction General Permit TPDES General Permit TXR150000 SMALL CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.E.2. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from small construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: http://www.tceq.state.tx.us/nav/permits/wq_construction.htm] Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site's location, estimated start date and projected end date, or date that disturbed soils will be stabilized Location of Storm Water Pollution Prevention Plan: For Small Construction Activities Authorized Under Part II.E.2. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part H.D.2. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties forproviding false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Date Notice Removed MS4 operator notified per Part II.F.3. a.oll Page 48 Construction General Permit TPDES General Permit TXR150000 Attachment 3 low � arrrw .r NW LARGE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water. Program TPDES GENERAL PERMIT TXR150000 "SECONDARY OPERA TOR " NOTICE This notice applies to secondary operators of construction sites operating under Part II.E.3. of the TPDES General Permit Number TXR150000 for discharges of storm water runoff from construction sites equal to or greater than five acres, including the larger common plan of development. The information on this notice is required in Part III.E.2. of the general permit. Additional information regarding the TCEQ storm water permit program may be found on the internet at: htty://www.tceq.state.tx.us/nav/permits/sw permits.html Site -Specific TPDES Authorization Number: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site's location, and estimated start date and projected end date, or date that disturbed soils will be stabilized. Location of Storm Water Pollution Prevention Plan (SWP3): For Large Construction Activities Authorized Under Part H.E.3. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification) certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part H.E.2. of TPDES General Permit TXRl50000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Date Notice Removed MS4 operator notified per Part H.F.3. Page 49 Construction General Permit TPDES General Permit TXR150000 Attachment 4 nrr�ra�a mar rrrrr� ■rr �r LARGE CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 "PRIMARY OPERA TOR "NOTICE This notice applies to construction sites operating under Part II.E.3. of the TPDES General Permit Number TXR150000 for discharges of storm water runoff from construction sites equal to or greater than five acres, including the larger common plan of development. The information on this notice is required in Part III.E.2. of the general permit. This notice shall be posted along with a copy of the signed Notice of Intent (NOI), as applicable. Additional information regarding the TCEQ storm water permit program may be found on the internet at: htty://www.tcea.state.tx.us/nav/hermits/sw mrmits.html Site -Specific TPDES Authorization Number: Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site's location, and estimated start date and projected end date, or date that disturbed soils will be stabilized. Location of Storm Water Pollution Prevention Plan: Page 50 = Notice of Change (NOC) to an Authorization TCEQ Office Use Only mr im Pennit No.: for Storm Water Discharges Associated with RN: ti Construction Activity under TPDES General CN: TCEO Permit (TXR150000) ***** IMPORTANT ***** PLEASE READ THE FOLLOWING INFORMATION AND INSTRUCTIONS BEFORE FILLING OUT THIS FORM. The form will be returned for one of the following reasons: 1) the permit number is not provided, invalid, or no longer active, 2) a wet ink signature of person meeting signatory requirements for permittee is not provided, 3) the current permittee is not the applicant, and; 4) a requested change in operator name is not a legal name change . THIS FORM CANNOT BE USED FOR A CHANGE IN OPERATOR. REFER TO YOUR GENERAL PERMIT. What is the Permit Number of the authorization to be changed? I TXR15 A. APPLICANT INFORMATION: Search Central Registry at www4.tcea.state.tx.us/cmub 1. Operator (Permittee) a. What is the full Legal Name of the current Operator as on the authorization? b. What is the TCEQ Central Registry Customer Number assigned to this Operator? CN 2. Permitted Site (required) What is the TCEQ Central Registry Regulated Entity Number assigned for this pennitted site? RN B. REQUESTED CHANGE TO PERMITTED INFORMATION What information has changed or needs corrected? (Check one or more of the sections being updated and enter the new information in the corresponding section of this form.) I.-,]Operator Legal Name Change with Texas Secretary of State (TX SOS). Go to Section 1 &/or 2 as applicable. (Note: Permits are not transferable. If a change in entity has occurred, this NOC is not attainable.) ElAddress and contact information for Operator, Billing for Annual Fee, or Discharge Monitoring Report forms. a Site Information (Regulated Entity) (Note: Permits under a general permit are site specific. If a change in site location has occurred, this NOC is not attainable.) General Characteristics relating to the regulated activity. 1. OPERATOR LEGAL NAME CHANGE a. What is the NEW active Legal Name with TX SOS or on other legal document? New Legal Narne: b. What is the TX SOS Filing Number for us to confirm this official name change? (This is only applicable to Limited Partnership or Corporations.) j 2. ADDRESS & CONTACT INFORMATION CHANGE a. What mailing address and/or contact information has changed? (check one or more as applicable) Operator for permit correspondence Q Site (RE) Mailing Address and contact information Billing address/contact for Receiving Annual Fee Reporting address/contact for Receiving Discharge Monitoring Statement Reports (DMRs) b. If you selected more than one, is the information to be updated the same for each selection? El Yes — Provide the updated information in the fields below. El No — Attachment 1 of the NOC is attached to this form, to provide the different addresses. ATTN or C/O: Address: I Suite No.Bldg. No./Mail Code: City: I State: I Zip Code: ,entry Mailing Information (if outside USA). Country Code: Postal Code: 1".One No.: ( ) Ext: I Fax No.: ( ) I E-Mail: TCEQ- 20391 (07/13/2007) Page I 3. REGULATED ENTITY (RE) SITE INFORMATION CORRECTION a. Is this a change to the location of the pennitted activity? ❑Yes - this requested change will not be processed since the authorizations are site specific. []No —go to next question. b. New or Corrected Name of Project or Site Updated Physical Address (new 911 address): Street Number: I Street Name: Bldg/Ste No. I City: I I ZIP Code: County (Counties if>I ): I d. Update or Corrected location access description, if no physical address (Street Number & Street Name): e. Corrected Latitude: N I Corrected Longitude: W 4. CHANGE IN CHARACTERISTICS PROVIDED ON ORIGINAL FORM Identify the specific change and provide the updated information. If an attachment is need, please reference it below. C. APPLICATION CONTACT If TCEQ needs additional information regarding this application, who should be contacted? 1. Name: Title: Company: 2. Phone No.: ( ) Ext. Fax No.: ( ) E-Mail: D. CERTIFICATION Operator Certification: I, Typed or printed name (REQUIRED) Title (REQUIRED) rtify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system signed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in proof of such authorization upon request. Signature: (Use blue ink) (REQUIRED) Date: (REQUIRED) TCEQ- 20391 (07/13/2007) Page 2 I Attachment 1 to a NOC Form for Providing Different Address & Contact Information "ro, Related to a Specific Permit under General Permit TXR150000 What is the Permit No.? TXR15 (REQUIRED) ADDITIONAL ADDRESS & CONTACT INFORMATION Fill in the changes as applicable. Incomplete and invalid addresses will not be used. Verify mailing addresses at USPS.cotn. Operator ATTN or C/O: Address: Suite No./Bldg. No./Mail Code: City: State: Zip Code: Country Mailing Information (if outside USA). Country Code: Postal Code: Phone No.: ( ) Ext: I Fax No.: ( ) I E-Mail: Billing Address for Receiving Annual Fee Statement _ ATTN or C/O: IAddress: I Suite No./Bldg. NoJMail Code: City: State: Zip Code: Country Mailing Information (if outside USA). Country Code: Postal Code: Phone No.: ( ) Ext: Fax No.: ( ) E-Mail: Site (RE) Mailing Address ATTN or C/O: address: I Suite No./Bldg. No./Mail Code: Nwronty: Country Mailing Information (if outside USA). Phone No.: ( ) Ext: State: I Zip Code: Country Code: Postal Code: Fax No.: ( I E-Mail: TCEQ- 20391 NOC Attachment 1 (07/13/2007) Page 1 Notice of Change (NOC) to an Authorization for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) Where to Send the Notice of Change (NOC): BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 TCEQ Contact list: General Information and Instructions GENERAL INFORMATION BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 Application Processing Questions relating to the status and form requirements: 512/239-3700 or email swpennit@tceq.state.tx.us Technical Questions relating to the general permit: 512/2394671 Environmental Law Division: 512/239-0600 Records Management for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice of Change Process: When your NOC is received by the program, the form will be processed as follows: 1. Administrative Review: The form will be reviewed to ensure the request is from the permittee (operator) on the authorization, the permit is active ind initial coverage was acknowledged. Each item on the form will be reviewed for a complete response that qualifies for a NOC. In addition, the erator's legal name change must be verified with Texas Secretary of State (if applicable). The address(s) on the form must be verified with the US postal service as an address receiving regular mail delivery. Never give an overnight/express mailing address. If an item is incomplete or not verifiable as indicated above, the operator may be notified by letter, phone call or email. In some instances as noted at the beginning of the form, the request may simply be returned. 2. NOC Confirmation: An updated Acknowledgment Certificate will be mailed to the operator only if the NOC is to change information provided on the acknowledgment certificate. The original coverage effective date will not change. General Permit (Your Permit) You may view and print your general permit on the TCEQ web site www.tcea.state.tx.us. Enter the general permit number as the key word in the search box to locate the specific web page. General Permit Forms The Notice of Intent (NOI), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEQ web site www.tcea.state.tx.us. Change in Operator An authorization under the general permit is not transferable. If the operator of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. The NOI must be submitted not later than 10 days prior to the change in Operator status. Note that the NOT is effective on the postmarked date. It may be necessary to not terminate the existing permit until coverage by the new entity is confirmed. TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form. Do not send a core data form to TCEQ. You can find the information on the Central Registry web site at www4.tcea.state.tx.us/croub. You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee), or by your permit number under the search field labeled "Additional ID". The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all associated authorizations as changes occur. For General Permits, a Notice of Change form must be submitted to the program area for approval to update the CN and RN data in central registry. TCEQ- 20391 NOC Instructions (07/13/2007) Page I INSTRUCTIONS FOR FILLING OUT THE NOC FORM •Wie A. Applicant Information (Operator) 1. Provide the current permittee(s) full legal name as on the pen -nit. b. Provide the TCEQ Issued Customer Number (CN) for the entity. Go to httn://www4.tcea.state.tx.us/crt)ub/ to locate your CN. If the name(s) provided do not match the current permittee name(s), this form will be returned. It is the responsibility of the penmittee(s) to comply with the general permit. Note: If a change is being made to the CN and the CN has other TCEQ authorization types, it is the entity's responsibility to update those authorizations at the same time. If an authorization has been cancelled or terminated, the name can not be changed on the permit. Because of this, a new CN may be issued for the new name. 2. Provide the TCEQ Issued Regulated Entity number assigned for this permitted activity. Go to httn://www4.tceo.state.tx.us/crvub/ to locate your CN. If the site has changed or the information provided indicates a new location, this form will be returned. It is the responsibility of the (permittees) to comply with the general permit. B. REQUESTED CHANGE TO PERMITTED INFORMATION Check one or more of the available options indicating the information in the form that is to be updated. Provide the updated information in Section 1 for Legal Name Change, Section 2 for Address & Contact Information Change, Section 3 for Regulated Entity Site Information Change, or Section 4 for General Characteristics Change, as applicable. 1. LEGAL NAME CHANGE Provide the new legal name. If the entity is a Limited Partnership or Corporation, the name change must be verifiable with Texas Secretary of State. The TX SOS filing number must be provided to verify only a name change occurred. You may contact the SOS at 512/463-5555, for more information related to filing in Texas. If filed in the county where doing business, provide a copy of the legal documents showing the legal name change. Legal name changes of a Corporation and Limited Partnership will be verified with Texas Secretary of State. If the entity is filed as a new entity with a new filing number, then the change cannot be made through a NOC. The permits are not transferable. If the operator changes, the old entity must minate their permit and the new entity must submit a form for a new permit. *90, 2. ADDRESS & CONTACT INFORMATION CHANGE Indicate the type of address and contact information that has changed from the original NOI or last NOC submitted to TCEQ. If the address and/or contact information is the same for all types, then check each type and enter the information in the fields on the form. If some types have different information, then use the NOC ATTACHMENT 1. The permit number MUST be written on ATTACHMENT I to indicate it is a part of the NOC form for the permit being updated. The updates cannot be made without reference to the submitted NOC form. Mailing Address The address MUST BE verifiable with the US Postal Service at www.usps.com., for regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is used by the USPS for regular mail delivery. Failure to provide a valid mailing address will delay or prohibit us from updating the permit. Please note that address updates relating to a general permit authorization can ONLY be made through a Notice of Change. Address changes submitted through any other form can not be processed. 3. REGULATED ENTITY (RE) SITE INFORMATION CORRECTION The NOC form is only for use to update or correct information submitted on the original application or last NOC for the authorization. The authorization under a general permit is site specific. If this change is related to a new location, a Notice of Change is not attainable. Provide the updated site name , updated site addresses, and/or corrected latitude and longitude, as applicable to your NOC request. A new physical address for an existing location is usually the result of a newly assigned 911 address for emergencies. If providing a corrected latitude and longitude, enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: www.tceci.state.tx.us/gis/drgv_iew.html or www.terraserver.microsoft.com/advfind.ast)x. 4. GENERAL CHARACTERISTIC Indicate the change to information originally supplied. For example if the number of acreas of area disturbed has changed, then state: "The number acres of area disturbed has increase to 40 acres." C. Application Contact Provide the name, title and communication information of the person that TCEQ can contact for additional information regarding this application. TCEQ- 20391 NOC Instructions (07/13/2007) Page 2 D. CERTIFICATIONS The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code JAC) � 305.44. 1"Wf YOU AREA CORPORATION: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(I) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOI or similar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures -)veining authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather to to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ- 20391 NOC Instructions (07/1312007) Page 3 TCEQ Office Use Only Notice of Intent (NOI) for Storm Water Permit No.: TXR15 Discharges Associated with Construction RN: Activity under TPDES General Permit CN: ,-,-TCEQ (TXR150000) Ref No: Sign up now for ePermits NOI at www6.tceq.state.tx.us/steers Get Instant Permit Coverage and only pay a $225 application fee. If filing a paper NOI you can pay the application fee on line? Go to www.tceo.state.tx.us/eaav ioa°sC Select Fee Type: GENERAL PERMIT CONSTRUCTION STORM WATER DISCHARGE NOI APPLICATION If submitting a paper NOI, coverage under the general permit starts seven (7) days after the date postmarked for delivery to TCEQ. IMPORTANT: -Use the INSTRUCTIONS to fill out each question in this form. -Use the attached CUSTOMER CHECKLIST to make certain all you filled out all required information. •Incomplete applications WILL delay approval or result in automatic Denial. Renewal of General Permit Is this NOI to renew an ACTIVE permit? Yes - What is your permit number? Permit No. TXR15 MNo - a permit number will be issued. Application Fee if mailing a paper NOI: You must pay the $325 Application Fee to TCEQ for the application to be considered complete. Payment and NOI must be mailed to separate addresses. See instructions for correct mailing addresses. Provide your payment information below, for us to verify payment of the application fee: 1-1 Mailed: Check/Money Order No.: Company Name on checking account: ;PAY: Voucher No.: Is the Payment Voucher copy attached? F]Yes *saw, A. OPERATOR (applicant) 1. If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity? CN (Search Central Registrv) 2. What is the Legal Name of the entity (applicant) applying for this permit? (The legal name must be spelled exactly as filed with the Texas Secretary of State, County, or in the legal document forming the entity.) 3. What is the name and title of the person signing the application? (The person must be an official meeting signatory requirements in TAC 305.43(a).) Name: I Job Title: 4. What is the Operator's (applicant) mailing address as recognized by the US Postal Service? (verify at USPS.com) Address: I Suite No./Bldg. No./Mail Code: City: I State: I ZIP Code: Country Mailing Information (if outside USA). Country Code: Postal Code: 5. Phone No.: ( ) I Extension: 6. Fax No.: ( ) I E-mail Address: 7. Indicate the type of Customer: ❑ Individual ❑Sole Proprietorship-D.B.A. ❑Limited Partnership ❑Corporation ❑Federal Government ❑General Partnership ❑ State Government ❑County Government ❑City Government ❑Other Government ❑ Other (describe): TCEQ-20022 (03/05/2008) Page I 8. Independent Operator: ❑Yes ❑No (If governmental entity, subsidiary, or part of a larger corporation, check "No".) l 9. Number of Employees: ❑0-20; ❑21-100; ❑]O1-250; ❑251-500; or ❑501 or higher 10. Customer Business Tax and Filing Numbers (This item is not applicable to Individuals, Government, GP or Sole Proprietor.) ZEQUIRED for Corporations and Limited Partnerships ( Verify the entity's status and filing no. with TX SOS at 512/463-5555 ) t...�e Franchise Tax ID Number: Federal Tax ID: II TX SOS Charter (filing) Number: DUNS Number (if known): r B. APPLICATION CONTACT If TCEQ needs additional information regarding this application, who should be contacted? 1. Name: I Title: I Company: 2. Phone No.: ( ) Extension: 3. Fax No.: E-mail Address: C. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE TCEQ Issued RE Reference Number (RN): RN (Search Central Registry) 2. Name of Project or Site (the name as known by the community where this facility/project is located): (example: phase and name of subdivision or name of project that's unique to the site) 3. Does the site have a physical address? If Yes, complete Section A for a physical address. If No, complete Section B for site location information. Section A: Enter the physical address for the site. (verify it with USPS.com or other delivery source) Street Number: I Street Name: I".O,�ity: I ZIP Code: Section 13- Enter the site location information. If no physical address (Street Number & Street Name), provide a written location access description to the site: (Ex.: phase 1 of Woodland subdivision located 2 miles west from intersection of Hwy 290 & IH35 accessible on Hwy 290 South) City where the site is located or nearest city to site: I ZIP Code where site is located: 4. Identify the county where the site is located: 5. Latitude: I Longitude: 6. What is the primary business of this entity? In your own words, briefly describe the primary business of the Regulated Entity: (Do not repeat the SIC and NAICS code) 7. What is the mailing address for the regulated entity? Is the RE mailing address the same as the Operator? ❑Yes, address is the same as Operator ❑No, provide the address Street Number: I Street Name: City: I State: D. GENERAL CHARACTERISTICS I ZIP Code: 1. Is the site located on Indian Country Lands? ❑ No ❑Yes — If Yes, do not submit this NOI. Contact EPA, Region VI If the site is on Indian country lands, you must obtain authorization through EPA, Region VI. 2 What is the Standard Industrial Classification (SIC) code (see instructions for common codes): (Search Osha.u.ov) "%� rimary: Secondary: TCEQ-20022 (03/05/2008) Page 2 3(a) What is the total number of acres disturbed? 3(b) Is the project site part of a larger common plan of development or sale? ❑Yes ❑No "Yes, the total number of acres disturbed can be less than 5 acres. ...4o, the total number of acres disturbed must be 5 or more. If the total number of acres disturbed is less than 5 then the project site does not qualify for coverage through this Notice of Intent. Coverage will be denied. See the requirements in the general permit for small construction sites. 4. Discharge Information (all information MUST be provided or the permit will be denied) 4(a) What is the name of the water body(s) to receive the storm water runoff or potential runoff from the site? 4(b) What is the segment number(s) of the classified water body(s) that the discharge or potential discharge will eventually reach? 4(c) Are any of the surface water bodies receiving discharges from the construction site on the latest EPA -approved CWA 303(d) list of impaired waters? ❑ Yes ❑ No If Yes, provide the name of the impaired water ❑body(sHNo 4(d) Is the discharge into an MS4? Yes If Yes, what is the name of the MS4 Operator? Note: The general permit requires you to send a copy of the NOI to the MS4 Operator. 4(e) Is the discharge or potential discharge within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer? El Yes ❑ No If the answer is Yes, please note that a copy of the agency approved Plan required by the Edwards Aquifer Rule (30 TAC Chapter 213) must .ncluded or referenced in the Storm Water Pollution Prevention Plan. *aw CERTIFICATION Check "Yes" to the certifications below. Failure to certify to all items will result in denial. ❑ Yes I certify that I have obtained a copy and understand the terms and conditions of the izeneral hermit (TXR 150000). ❑ Yes I certify that the full legal name of the entity (Operator) applying for this permit has been provided and is legally authorized to do business in Texas. ❑ Yes I understand that a Notice of Termination (NOT) must be submitted when this authorization is no longer needed. ❑ Yes I certify that a storm water pollution prevention plan has been developed and will be implemented prior to construction, and that is compliant with any applicable local sediment and erosion control plans, as required in the general permit TXR150000. Operator Certification: Typed or printed name (Required & must be legible). Title (Required & legible) certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code 4305.44 to sign and submit this document, and can provide documentation in f of such authorization upon request. ,*=we Signature: Date: (Use blue ink) TCEQ-20022 (03/05/2008) Page 3 Did you complete everything? Use this checklist to be sure! Are you ready to mail your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses. Customer GP Notice of Intent Checklist TXR150000 d This checklist is for use by the operator to ensure a complete application. Missing information may result in denial of coverage under the permit. (See NOI Process description in the Instructions) ❑ Application Fee of $325.00 was mailed separately to TCEQ's Cashiers's Office (separate from the NOI) or the EPAY payment voucher is attached. OPERATOR INFORMATION - Confirm each item is complete: d ❑ Customer Number (CN) issued by TCEQ Central Registry ❑ Legal Name as filed to do business in Texas (Call TX SOS 512/463-5555) ❑ Name and Title of person signing the application. This person must meet signatory requirements in 30 TAC Section 305.43 ❑ Operator Mailing Address is complete & verifiable with USPS. www.usps.com ❑ Phone Numbers/E-mail Address ❑ Type of Operator (Entity Type) ❑ Independent Operator ❑ Number of Employees For Corporations or Limited Partnerships — Tax ID and SOS Filing numbers are REQUIRED Application Contact person we can call for questions about this application. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE - Confirm each item is complete: d ❑ Regulated Entity Reference Number (RN) (if site is already regulated by TCEQ) ❑ Site/Project Name/Regulated Entity ❑ Site/Project (RE) Physical Address Please do not use a rural route or post office box for a site location ❑ Or if no physical address, the location information that includes description, zip code and city is listed. ❑ Latitude and Longitude TCE.Q_USGS_Topographic.Map,Viewer_ or TerraServer-USA ❑ Business description Site Mailing Address (checked same as operator or complete & verifiable with USPS. www.usps.com) GENERAL CHARACTERISTICS - Confirm each item is complete: d ❑ Indian Country Lands —the facility is not on Indian Country Lands �� ❑ Standard Industrial Classification (SIC) code www.osha.2ov/oshstats/sicser.html ❑ Acres Disturbed is provided and qualifies for coverage through a NOI. ❑ Common plan of development or for sale? ❑ Discharge Information: ❑ receiving water body ❑ segment number(s) is REQUIRED ❑ water body on the latest EPA -Approved Clean Water Act 303(d) list of impaired waters ❑ MS4 Operator �J Edwards Aquifer Rule ❑CERTIFICATION Certification statements havc been checked indicating "Yes" Signature meets 30 Texas Administrative Code (TAC) §305.44 and is original and has been provided for the Operator. TCEQ-20022 Checklist (03/05/2008) Page 1 Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under TPDES General Permit (TXR150000) General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Intent (NOI) and other related forms: BY REGULAR U.S. MAIL BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Storm Water Processing Center (MC228) Storm Water Processing Center (MC228) P.O. Box 13087 12100 Park 35 Circle Austin, TX 787I 1-3087 Austin, TX 78753 TCEQ Contact list: Application Processing Questions relating to the status and form requirements: 512/239-3700, 512/245-0130 or swpermit(aJcea.state.tx.us Technical Questions relating to the general permit: 512/239-4671 or sweD(a tcea.state.tx.us Environmental Law Division: 512/239-0600 Records Management for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice of Intent Process: When your NOI is received by the program, the form will be processed as follows: 1. Administrative Review: Each item on the form will be reviewed for a complete response. In addition, the operator's legal name must be verified with Texas Secretary of State as valid and active (if applicable). The address(s) on the form must be verified with the US Postal service as an address receiving regular mail delivery. Never give an overnight/express mailing address. ,%►2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The operator will have 30 days to respond to the NOD. The response will be reviewed for completeness. 3. Acknowledgment of Coverage: An Acknowledgment Certificate will be mailed to the operator. This certificate acknowledges coverage under the general permit. -or- Denial of Coverage: If the application is too incomplete to process, or the operator fails to respond to the NOD or the response is inadequate, coverage under the general permit may be denied. If coverage is denied, the operator will be notified. General Permit (Your Permit) If filing the NOI through ePermits online application, coverage under the general permit begins the day the NOI is submitted to TCEQ through epermits. Sign up now for on line NOI at httDs://www6.teea.state.tx.us/steers/ If mailing a paper NOI, coverage under the general permit begins seven (7) days after a completed NOI is postmarked for delivery to the TCEQ. You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site httD://www.tcea.state.tx.us/Dermittinp-/water quality/stormwater/TXR15 AIR.html. General Permit Forms The Notice of Intent (NOI). Notice of Termination (NOT), and Notice of Chance (NOC) #20391 with instructions are available in Adobe Acrobat PDF format on the TCEQ web site httr)://www.tcea.state.tx.us/Dermittine/water duality/stormwater/TXR15 AIR.html. Sign up now for on line Notice of Termination application at https://www6.tceq.state.tx.us/steers/ Change in Operator An authorization under the general permit is not transferable. if the operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. The NOT and NOI must be submitted not later than 10 days prior to the change in Operator status. TCEQ-20022 Instructions (03/05/2008) Page I TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form. Do not send a core data form to TCEQ. kfter final acknowledgment of coverage under the general pennit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). or Construction Permits, a new RN will be assigned for each Notice of Intent filed with TCEQ, since construction project sites can overlap with other Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization. You can find the information on the Central Registry web site at www4.tcea.state.tx.us/crroub. You can search by the Regulated Entity (RN), Customer Number (CN) or Name (Permittee), or by your permit number under the search field labeled "Additional ID". Capitalize all letters in the permit number. The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorizations as changes occur. For General Permits, a Notice of Change form must be submitted to the program area. Application Fees: $225.00 application fee if submitting the NOI through ePermits. $325.00 application fee if submitting a paper NOI for processing. The application fee is required to be paid at the time the NOI is submitted. Failure to submit payment at the time the application is filed will cause delays in acknowledgment or denial of coverage under the general permit. • Mailed Payments: DO NOT mail your check with the original Notice of Intent application. Use the attached Application Fee payment submittal form is mailing the payment. Do not include a copy of the NOI. BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 P.O. Box 13088 Austin, TX 78711-3088 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 12100 Park 35 Circle Austin, TX 78753 • ePAY Electronic Payment: 70 to www.tceq.state.tx.us/epay zlect Water Quality, then select the fee category "GENERAL PERMIT CONSTRUCTION STORM WATER DISCHARGE NOI APPLICATION". 111-�ou must include a copy of the payment voucher with your NOI. Your NOI will not be considered complete without the payment voucher. The Annual Water Quality Fee has been consolidated into the Application Fee effective March 5, 2008. An annual fee will not be assessed and billed to operators on 9/1/2008. This does not relieve the operator of fees due for prior fiscal year assessments. The operator will continue to receive an invoice for payment of any past due annual fee. A 5% penalty will be assessed if the payment is received by TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization under the general permit was active on September 1 of the FY billed. TCEQ-20022 Instructions (03/05/2008) Page 2 INSTRUCTIONS FOR FILLING OUT THE NOI FORM A. OPERATOR (As defined in the general permit.) 1. TCEQ Issued Customer Number (CN) TCEQ's Central Registry will assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration number, or license number. • If this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference Number blank. • If this customer has already been assigned this number, enter the operator's Customer Reference Number in the space provided. 2. Legal Name Provide the legal name of the facility operator, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State (SOS), or on other legal documents forming the entity, that is filed in the county where doing business. You may contact the SOS at 512/463-5555, or go to httn://www.sos.state.tx.us/corn/contact.shtml for more information related to filing in Texas. If filed in the county where doing business, provide a copy of the legal documents showing the legal name. 3. Name and Title of person signing the Notice of Intent application form. Signature meets 30 Texas Administrative Code (TAC)_§305.44 4.Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. The address must be verifiable with the US Postal Service at www.usDs.com, for regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is used by the USPS for regular mail delivery. 5. Phone Number This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave "Extension" blank if this customer's phone system lacks this feature. 6. Fax Number and E-mail Address This number and E-mail address should correspond to operator's mailing address provided earlier. (Optional Information) 7. Type of Entity Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type: Individual is a customer who has not established a business, but conducts an activity that needs to be regulated by the TCEQ. Sole Proprietorship— D.B.A. is a customer that is owned by only one person and has not been incorporated. This business may: be under the person's name have its own name ("doing business as," or d.b.a.) • have any number of employees Partnership is a customer that is established as a partnership as defined by the Texas Secretary of State's Office. Corporation the customer meets all of these conditions: • is a legally incorporated entity under the laws of any state or country • is recognized as a corporation by the Texas Secretary of State • has proper operating authority to operate in Texas. Government- Federal, state, county, or city government (as appropriate) the customer is either an agency of one of these levels of government or the governmental body itself. Other is Estate, Trust, etc. the customer does not fit one of the above descriptions. Enter a short description of the type of customer in the blank provided. 8.Independent Operator Check "No" if this customer is a subsidiary, part of a larger company, or is a governmental entity. Otherwise, check "Yes." 9. Number of Employees Check one box to show the number of employees for this customer's entire company, at all locations. This is not necessarily the number of employees at the site named in the NOI. 10. State Franchise Tax ID Number Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number. If this customer is a corporation or limited liability company, enter this number here. Federal Tax ID All businesses, except for some small sole proprietors, individuals, or general partnerships should have a federal taxpayer identification number (TIN). Enter this number here. Use no prefixes, dashes, or hyphens. Sole proprietors, individuals, or general partnerships do not need to provide a federal tax ID. TX SOS Charter (filing) Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filing number. You may obtain further formation by calling SOS at 512/463-5555 http://www.sos.state.tx.us/CoT/Spntact,shtm]. TCEQ-20022 Instructions (03/05/2008) Page 3 DUNS Number l Most businesses have a DUNS (Data Universal Numbering System) member issued by Dun and Bradstreet Corp. If this customer has one, enter it here. f B. Application Contact 'rovide the name, title and communication information of the person that TCEQ can contact for additional information regarding this application. 'the application is missing information and there is no contact person to call, the application may be denied. —C. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE 1. Reeulated Entity Reference Number (RN) This is a number issued by TCEQ's Central Registry to sites (a location where a regulated activity occurs) regulated by TCEQ. This is not a permit number, registration number, or license number. • If this Regulated Entity has not been assigned a Regulated Entity Number, leave this space blank. • If this customer has been assigned this number, enter the operator's Regulated Entity Number. 2. Site/Project Name/Regulated Entity If the site is already regulated by TCEQ, use the same name as on the existing Reeulated Entity Reference Number (RN). If new, provide the name of the site as known by the public in the area where the site is located. The name you provide on this application will be used in the TCEQ Central Registry as the Regulated Entity. 3. Site/Project (RE) Physical Address Section k Enter the complete physical address of where the site is located. This must be a street number and street name for a complete physical address. This address must be validated through US Postal Service or your local police (911 service) as a valid address. Please confirm this to be a complete and valid address. In some rural areas, new addresses are being assigned to replace rural route addresses. Please do not use a rural route or post office box for a site location. Section B If a site does not have an actual physical address that includes a street number and street name, then provide a complete written location access description, and the zip code and city where the site is located. For example: "The site is located 2 miles west from intersection of Hwy 290 & IH35, located on the southwest corner of the Hwy 290 South bound lane." This includes authorizations for construction projects such as highways and subdivision. 4. Identify the County where the site is located. If the site covers more than one county, provide the county that is most affected by the authorized activity and list the additional county(s) as secondary. 5. Latitude and Longitude Enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to: "CEQ USGS Topographic_ Map Viewer or TerraServer-USA Description of Activity Regulated �n your own words, briefly describe the primary business being conducted at the site. (A description specific to what you are doing that requires this authorization - Do not repeat the SIC Code(s).) SITE MAILING ADDRESS Provide a complete mailing address to be used by TCEQ for receiving mail at the site. In most cases, the address is the same as the operator. If so, simply place a check mark in the box. If you provide a different address, please verify the address with USPS as instructed above for the operator address. D. GENERAL CHARACTERISTICS 1. Indian Country Lands If your site is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obtain authorization through EPA, Region VI, Dallas. Do not submit this form to TCEQ. Indian Country means (I) all land within the limits of any American Indian reservation under the jurisdiction of the U.S. government, notwithstanding the issuance of any patent, and including rights -of -way running throughout the reservation; (2) all dependent Indian communities within the borders of the United States whether within the original or subsequently acquired territory thereof, and whether within or outside the limits of a State; and (3) all Indian allotments, the Indian titles which have not been extinguished, including rights -of -way running through the same. Indian Tribe means any Indian Tribe, band, nation, or community recognized by the Secretary of the Interior and exercising substantial governmental duties and powers. 2. Standard Industrial Classification (SIC) code Provide the SIC code that best describes the construction activity being conducted at the site. Common SIC Codes related to construction activities include: 1521 Construction of Single Family Homes; 1522 Construction of Residential Bldgs. Other than Single Family Homes; 1541 Construction of Industrial Bldgs. and Warehouses; 1542 Construction of Non-residential Bldgs. other than Industrial Bldgs. and Warehouses; 1611 Highway & Street Construction, except Highway Construction; 1622 Bridge, Tunnel, & Elevated Highway Construction; 1623 Water, Sewer, Pipeline & Communications, and Power Line Construction. For help with SIC codes, go to: www.osha.izov/oshstats/sicser.htmi TCEQ-20022 Instructions (03/05/2008) Page 4 3. Estimated Area of Land Disturbed 3(a). Provide the approximate number of acres that the construction site will disturb. 3(b). Indicate is the site is part of a common plan of development or for sale. ,:onstruction activities that disturb less than one acre, unless they are part of a larger common plan that disturbs more than one acre, do not require permit coverage. Construction activities that disturb between one and five acre, unless they are part of a common plan that disturbs five acres or more acres, do not require submission of an NOI. Therefore, the estimated area of land disturbed should not be less than five, unless the project is part of a larger common plan that disturbs five or more acres. "Disturb" means any clearing, grading, excavating, or other similar activities. If you have any questions about this item, please call the storm water technical staff at (512)2394671. 4. Discharge Information 4 (a). The storm water may be discharged directly to a receiving stream or through a MS4* from your site. It eventually reaches a receiving water body such as a local stream or lake, possibly via a drainage ditch. You must provide the name of the water body that receives the discharge from the site (a local stream or lake). 4 (b). The classified segment number(s) is REQUIRED to get coverage. Go to the link to find the segment number of the classified water body where storm water will flow httn://www.tcea.state.tx.us/compliance/monitoring/water/aualitv/data/wam/viewer/viewer.htmi . Call Water Quality Assessments at 512/239-4671 for further assistance. Another source for segments is: http://www.tceq.state.tx.us/comm_exec/forms pubs/pubs/gi/gi-316/index.htmi 4 (c). If any surface water body(s) receiving discharges from the construction site are on the latest EPA -approved CWA § 303(d) list of impaired waters, provide the name(s) of the water body(s). EPA approved CWA 303d list of impaired waters can be found at: Texas Water Oualitv Inventory and 303(d) List - Texas Commission on Environmental Oualitv - www.tcea.state.tx.us 4 (d). Identify the MS4* Operator name if the storm water discharge is into an MS4. *MS4 is an acronym for Municipal separate storm sewer system. MS4 is defined as a separate storm sewer system owned or operated by a state, city, town, county, district, association, or other public body (created by or pursuant to state law) having jurisdiction over disposal of sewage, industrial 'astes, storm water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district, or similar entity, .rer an Indian tribe or an authorized Indian tribal organization, that discharges to water in the state. For assistance, you may call the technical staff of the Water Quality Assessment & Standards Section at 512/239-4671. 4 (e). Edwards Aquifer Rule See maps on the TCEQ website to determine if the site is located within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer at httn://www.tcea.state.tx.us/comnliance/field ops/eapp/viewer.html. If the discharge or potential discharge is within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards Aquifer, a site specific authorization approved by the Executive Director under the Edwards Aquifer Protection Program (30 TAC Chapter 213) is required before construction can begin. The general permit requires the approved Contributing Zone Plan or Water Pollution Abatement Plan to be included as a part of the Storm Water Pollution Prevention Plan. The certification must be answered "Yes" for coverage under the general permit. E. CERTIFICATIONS Failure to indicate "Yes" to ALL of the certification items may result in denial of coverage under the general permit. The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code 6305.44 IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(1) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or -ounty Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOI or i TCEQ-20022 Instructions (03/05/2008) Page 5 similar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative rode. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. ""oetf you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (I ) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ-20022 Instructions (03/05/2008) Page 6 1 Texas Commission on Environmental Quality General Permit Payment Submittal Form $325 for a paper Construction NOI Application Fee Use this form to submit your Application Fee only if you are mailing your payment. -Complete items 1 through 5 below: • Staple your check in the space provided at the bottom of this document. *Do not mail this form with your NOI form. *Do not mail this form to the same address as your NOI. Mail this form and your check to: BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 P.O. Box 13088 Austin, TX 78711-3088 Fee Code: GPA 1. Check / Money Order No: 2. Amount of Check/Money Order: 3. Date of Check or Money Order: 4. Name on Check or Money Order. 5. NOI INFORMATION BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Financial Administration Division Cashier's Office, MC-214 12I00 Park 35 Circle Austin, TX 78753 General Permit: TXR150000 If the check is for more than one NOI, list each Project/Site (RE) Name and Physical Address exactly as provided on the NOI. DO NOT SUBMIT A COPY OF THE NOI WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES. I See Attached List of Sites (If more space is needed, you may attach a list.) Project/Site (RE) Name: Project/Site (RE) Physical Address: Staple Check In This Space TCEQ-20134 (3/05/2008) Page 1 'c Notice of Termination (NOT) TCEQ Office Use Only z m Permit No.: _� for Authorizations under RN: AMEN am TPDES General Permit TXR150000 CN: TCEQ Sign up now for on line NOT at http://www.tcea.state.tx.us/permitting/steers/steers.html Get your NOT Confirmation letter immediately after submitting the on line NOT form. What is the permit number to be terminated? Processing will be delayed without the permit number. TXR15 A. OPERATOR (applicant) 1 1. What is the Customer Number (CN) issued to this entity? CN 12. What is the full Legal Name of the current permittee? This must be the current permittee of the permit to be terminated. 3. What is the applicant's mailing address as recognized by the US Postal Service? Address: Suite No./Bldg. No./Mail Code: City: State: I ZIP Code: Country Mailing Information (if outside USA). Country Code: 4. Phone No.: ( ) Extension: 5. Fax No.: ( ) E-mail Address: B. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE 1. What is the TCEQ Issued RE Reference Number (RN)? RN 2. Name of Project or Site as currently permitted): -mple: phase and name of subdivision or name of project that's unique to the site) iysical Address of Project or Site as currently permitted: (enter in spaces below) Street Number: I Street Name: Postal Code: City: I ZIP Code: I County (Counties if > 1): 4. If no physical address (Street Number & Street Name), provide the written location access description to the site: C. REASON FOR TERMINATION Check the reason for termination: Final stabilization has been achieved on all portions of the site that are the responsibility of the Operator and all silt fences and other temporary erosion controls have either been removed, or scheduled for removal as defined in the SWP3. Another permitted Operator has assumed control over all areas of the site that have not been finally stabilized, and temporary erosion controls that have been defined in the SWP3 have been transferred to the new Operator. © The activity is now authorized under an alternate TPDES permit. M The activity never began at this site that is regulated under the general permit. 1 D. CERTIFICATION I, Typed or printed name Title certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in F )f such authorization upon request. tior Signature: (Use blue ink) Date: TCEQ-20023 (02/06/2007) Page 1 Notice of Termination (NOT) for Authorizations under TPDES General Permit TXR150000 General Information and Instructions GENERAL INFORMATION Where to Send the Notice of Intent (NOI): BY REGULAR U.S. MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) P.O. Box 13087 Austin, TX 78711-3087 TCEQ Contact list: BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin, TX 78753 Application Processing Questions relating to the status and form requirements: 512/239-4671 Technical Questions relating to the general permit: 512/2394671 Environmental Law Division: 512/239-0600 Records Management for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282) Financial Administration's Cashier's office: 512/239-0357 or 512/239-0187 Notice of Termination Process: A Notice of Termination is effective on the date postmarked for delivery to TCEQ. When your NOT is received by the program, the form will be processed as follows: 1. Administrative Review: The form will be reviewed to confirm the following: • the permit number is provided �� • the permit is active and has been approved • the entity terminating the permit is the current permittee • the site information matches the original permit record • the form has the required original signature with title and date 2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a phone call will be made to the applicant to clear the deficiency. A letter will not be sent to the permittee if unable to process the form. 3. Confirmation of Termination: A Notice of Termination Confirmation letter will be mailed to the operator. General Permit (Your Permit) Coverage under the general permit begins 48 hours after a completed NOI is postmarked for delivery to the TCEQ. You should have a copy of your general permit when submitting your application. You may view and print your permit for which you are seeking coverage, on the TCEQ web site www.tcea.state.tx.us General Permit Forms The Notice of Intent (NOI), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat PDF format on the TCEQ web site www.tcea.state.tx.us. Change in Operator An authorization under the general permit is not transferable. If the operator or owner of the regulated entity changes, the present permittee must submit a Notice of Termination and the new operator must submit a Notice of Intent. The NOT and NOI must be submitted not later than 10 days prior to the change in Operator status. TCEQ Central Registry Core Data Form The Core Data Form has been incorporated into this form. Do not send a core data form to TCEQ. After final acknowledgment of coverage under the general permit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN). For Construction Permits, a new RN will be assigned for each Notice of Intent filed with TCEQ, since construction project sites can overlap with other Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization. You can find the information on the Central Registry web site at www4.tcea.state.tx.us/cmub. You can search by the Regulated Entity (RN), Customer tuber (CN) or Name (Permittee), or by your permit number under the search field labeled "Additional ID". Capitalize all letters in the permit number. TCEQ-20023 Instructions (02/06/2007) Page 1 The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorzations as changes occur. For General Pen -nits, a Notice of Change form must be submitted to the program area. nnual Water Quality Fee: This fee is assessed to operators with an active authorization under the general permit on September l of each year. The -",reperator will receive an invoice for payment of the annual fee in November of each year. The payment will be due 30 days from the invoice date. A 5% penalty will be assessed if the payment is received by TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization under the general permit is active on September 1. It's important for the operator to submit a Notice of Termination (NOT) when coverage under the general permit is no longer required. A NOT is effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT be mailed using a method that documents the date mailed and received by TCEQ. • Mailed Payments: You must return your payment with the billing coupon provided with the billing statement. • ePAY Electronic Payment: Go to www.tcea.state.tx.us/enav You must enter your account number provided at the top portion of your billing statement. Payment methods include Mastercard, Visa, and electronic check payment (ACH). A transaction over $500 can only be made by ACH. INSTRUCTIONS FOR FILLING OUT THE NOT FORM A. OPERATOR (current permittee.) 1. TCEQ Issued Customer Number (CN) 12. Legal Name of Operator The operator must be the same entity as previously submitted on the original Notice of Intent for the permit number provided. 3. Operator Mailing Address Provide a complete mailing address for receiving mail from the TCEQ. Update the address if different than previously submitted in the Notice of Intent or Notice of Change. 4. Phone Number, Fax Number, and E-mail Address Drovide updated contact information. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE Regulated Entity Reference Number (RN) 2. Site/Project Name/Regulated Entity Provide the name of the site as previously submitted in the Notice of Intent for the permit number provided. 3. Site/Project (RE) Physical Address Provide the physical address or location access description as previously submitted for the permit number provided. C. REASON FOR TERMINATION Indicate the reason for terminating the permit by checking one of the options. If the reason is not listed then provide an attachment that explains the reason for termination. Please read your general permit carefully to determine when to terminate your permit. Permits will not be reactivated after submitting a termination form. The termination is effective on the date postmarked for delivery to TCEQ. D. CERTIFICATIONS The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code JAC) §305.44. IF YOU ARE A CORPORATION: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(1) (see below). According to this code provision, any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures. By signing the NOI or similar form, you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: The regulation that controls who may sign an NOI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity, it may beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed. An NOI or -.,wrnilar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to TCEQ-20023 Instructions (02/06/2007) Page 2 §305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing the NOI or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. you have any questions or need additional information concerning the signatory requirements discussed above, please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512/239-0600. 30 Texas Administrative Code §305.44. Signatories to Applications. (a) All applications shall be signed as follows. (1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit or post -closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. (3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g., regional administrator of the EPA). TCEQ-20023 Instructions (02/06/2007) Page 3 Completing the Notice of Termination for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit (TXR150000) Who May File a Notice of Termination (NOT) Form 'ermittees disturbing 5 acres or more (or part of a larger common plan of development or sale disturbing 5 acres or more) who are presently covered under the Texas Pollutant Discharge Elimination System (TPDES) Construction General Permit must submit a Notice of Termination (NOT) when final stabilization has been achieved on all portions of the site that is the responsibility of the permittee; or another permitted operator has assumed control over all areas of the site that have not been finally stabilized and all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Final Stabilization occurs when either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (e.g, evenly distributed, without large bare areas) perennial vegetative cover with a density of 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent Iftsor stabilization measures (such as the use of riprap, gabions, or goetextiles) have been employed. (b) For individual lots in a residential construction site by either: (1) the homebuilder completing final stabilization as specified in condition (a) above; or (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization. (c) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land), final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities, such as buffer strips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition (a) above. A. TPDES Permit Number -ovide the TPDES permit number assigned to the �_tperator of the construction site. B. Construction Site Operator Information Customer Reference Number This number designates the operator's status as a TCEQ "customer" —in other words, an individual or business that is involved in an activity that we regulate. We assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration number, or license number. In the remainder of this section, we will use "this customer" to mean the operator for Part B of the form. ■ If this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference Number blank. ■ If this customer has already been assigned this number, enter the operator's Customer Reference Number. ■ Do not enter a permit number, registration number, or license number in place of the Customer Reference Number. Name Enter the legal name of this customer as authorized to do business in Texas. Include any abbreviations (LLC, Inc., etc.). Mailing Address Enter a central and general mailing address for this customer to receive mail from the TCEQ. For example, if this customer is a large company, this address might be the corporate or regional headquarters. On the other hand, for a smaller business, this address could be the same as the site address. if this is a street address, please follow US Postal Service standards. In brief, these standards require this information in this order: ■ the "house" number —for example, the 1401 in 1401 Main St ■ if there is a direction before the street name, the one- or two -letter abbreviation of that direction (N, S, E, W, NE, SE, SW, or NW) ■ the street name (if a numbered street, do not spell out the number —for example, 6th St, not Sixth St) ■ an appropriate abbreviation of the type of street —for example, St, Ave, Blvd, Fwy, Exwy, Hwy, Cr, Ct, Ln ■ if there is a direction after the street name, the one - or two -letter abbreviation of that direction (N, S, E, W, NE, SE, SW, or NW) ■ if there is a room number, suite number, or company mail code City, State, and ZIP Code Enter the name of the city, the two -letter USPS abbreviation for the state (for example, TX), and the ZIP Code. (Enter the full ZIP+4 if you know it.) TCEQ-20023-Instructions (09102) Page 1 of 2 Country Mailing Information If this address is outside the United States, enter the territory name, country code, and any non -ZIP mailing codes or other non—U.S. Postal Service features here. If this address is inside the United States, leave these spaces blank. Phone Number and Extension This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave "Extension" blank if this customer's phone system lacks this feature. Fax Number This number should correspond to this customer's mailing address given earlier. Enter the area code and fax number here. E-mail Address As with the mailing address, this should be a general address that is appropriate for e-mail to this customer's central or regional headquarters, if applicable. C. Project / Site Information Regulated Entity Reference Number This number designates this site's status as a TCEQ "regulated entity" —in other words, a location where an activity that we regulate occurs. We assign each regulated entity a number that begins with "RN," followed by nine digits. This is not a permit number, registration number, or license number. ■ if this site has not been assigned a Regulated Entity Reference Number, leave the space for the Regulated Entity Reference Number blank. 'mob If this site has already been assigned this number, enter the Regulated Entity Reference Number. ■ Do not enter a permit number, registration number, or license number in place of the Regulated Entity Reference Number. Name Enter the name by which you want this site to be known to the TCEQ. Physical Address Enter the physical address of the site itself. TCEQ staff should be able to use this address to find the site. Location Description Enter a physical description of the location of the site based on highway intersections and/or permanent landmarks. City, County, and ZIP Code Enter the name of the city, the county, and the ZIP Code. (Enter the full ZIP+4 if you know it.) D. Contact Give all the relevant information for the person whom TCEQ can contact if there are questions about any of the formation on this form —perhaps the same person who `.Completed the form. E. Certification The operator must sign and date this statement to validate this NOI. Be sure to enter the full legal name of the person signing the form and the relevant title —for example, "Operator," "Operator's attorney," or "Senior Site Manager." Use the "Prefix" blank for such titles as Dr., Mr., or Ms., as desired. Use the "Suffix" blank for such designations as Ph.D., Jr., Sr., III, or J.D., if applicable. For a corporation, the application shall be signed by a responsible corporate officer. A responsible corporate officer means a president, secretary, treasurer, or vice- president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; or the manager of one or more manufacturing, production, or operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively. For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this application, a principal executive officer of a federal agency includes the chief executive officer of the agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e.g. regional administrator of the United States Environmental Protection Agency). Questions? If you have questions about any of the information on this form, contact our Storm Water Program at 512/239-4671 or look for "Storm Water" on our Web site: www.tceq.state.tx.us TCEQ-20023-Instructions (09/02) Page 2 of 2 Appendix B Easements EASEMENT AGREEMENT (RECLAIMED WATER LINE. SALT WATER LINE AND TEMPORARY CONSTRUCTION) This Agreement, dated August , 2009, is between Bell Helicopter Textron, Inc., P.O. Box 482, Forth Worth, Tarrant County, Texas 76101 (hereinafter referred to as "Grantor", whether one or more), and The City of Fort Worth, 1000 Throckmorton Street, Forth Worth, Tarrant County, Texas 76102 (such entity is referred to as the "Grantee"). For the consideration of forty one thousand six hundred and forty two dollars ($41,642.00) and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Grantor hereby grants, sells and conveys unto Grantee an exclusive permanent Easement in order to construct, operate and maintain multiple pipelines for (i) a reclaimed water line and (ii) a salt water line of any diameter and any appurtenant facilities in, over, through, across, under, and along land owned by the Grantor described in the attached Exhibit A ("the Permanent Easement Property"). The specific boundaries of the Easement are identified on Exhibit A. Grantor hereby grants, sells and conveys unto Grantee a Temporary Construction Easement to construct, operate and maintain multiple pipelines for a reclaimed water line of any diameter and any appurtenant facilities in, over, through, across, under, and along land that is described in the attached Exhibit B ("Temporary Construction Easement Property"). The Permanent Easement Property and the Temporary Construction Easement Property are depicted in the attached Survey Plat of Exhibits A and B. It is further agreed as follows: 1. The right to use this Easement shall belong solely to the Grantee and its agents, employees, designees, contractors, guests, invitees, and all those acting by or on behalf of it for the purposes of establishing, laying, constructing, reconstructing, installing, realigning, modifying, replacing, improving, adding, altering; substituting, operating, rating, maintaining, accessing, inspecting, patrolling, protecting, repairing, changing the size of, relocating and changing the route or routes of, abandoning in place and removing at will, in whole or in part, multiple pipelines, together with above and below -ground appurtenances as may be necessary or desirable, over, across, under and upon the Permanent Easement Property. In performing any of its rights hereunder, Grantee will perform in a non -negligent manner in and in strict accordance with allapplicable local, state and federal laws, statutes, regulations, ordinances, rules and regulations. Grantee. shall have the right of ingress and egress over and across the Temporary Construction Easement Property to survey, conduct reasonable and necessary construction activities,'to remove structures and objects located within such property. The Temporary Construction Easement shall end on the earlier of i) completion and acceptance by the Fort Worth City Council of the reclaimed water line, or ii) December 31, 2011. 2. Grantee shall have a right of entry and access in, to, through, on, over, under, and across the Permanent Easement Property for all purposes necessary -and at all times ..ol convenient and necessary to exercise the rights granted to it by this Easement. 3. The consideration paid by Grantee in this agreement includes the market value of the easements, both permanent and temporary, conveyed by Grantor and any and all damages to the Grantor's remaining property. However, Grantee will pay Grantor (or if leased to Grantor's tenant) for any damages caused to any existing structures or improvements during the periods of the original construction of each pipeline and for any damage incurred as a result of the Easement. 4. Grantee recognizes that some of the Easement may be located in wetlands, waters of the United States, or other protected areas. Grantee will comply -with all local, state and federal laws, statutes, ordinances, rules, and regulations relating to the construction, maintenance, and its subsequent use of the Permanent Easement Property. Grantee will, insofar as practicable, restore the ground disturbed by the Grantee's use of the Permanent Easement Property and will construct and maintain proper soil conservation devices on the Permanent Easement Property as may be reasonably required to prevent damage to the property of Grantor from soil erosion resulting from operations of Grantee hereunder. Grantee shall restore the surface of Grantor's property to substantially the same condition that existed before construction of the pipelines and will restore all fences as nearly as possible to as good, or better, condition as they were prior to the construction of each pipeline. Grantee shall have the right to install, maintain and use gates in all fences which now cross or shall cross the Easement or which provide access to Grantor's property. Grantor shall allow Grantee to install its own lock if Grantee so chooses. 5. Grantor may use the Permanent Easement Property for any and all • purposes not inconsistent with the purposes set forth in this Easement. Grantor's uses may include but shall not be limited to using the Permanent Easement Property for agricultural, open space, set -back, density, and street and roadway purposes. Grantor is permitted, after review by Grantee, to construct any and all- streets and roadways, at any angle of not less than forty five (45) degrees to Grantee's pipelines, across the Permanent Easement Property which do not damage, destroy or alter the operation of the pipelines and its appurtenant facilities. Grantor may also construct and/or install water, sewer, gas, electric, cable TV, telephone or other utility lines across the Permanent Easement Property. at any angle of not less than forty five (45) degrees to Grantee's pipeline, provided that all of Grantee's required and applicable spacings, including depth separation limits and other protective requirements are met by Grantor. The use of the Permanent Easement Property by Grantor shall be regulated by all appropriate ordinances, regulations, resolutions or laws of the governmental entity with authority over the Permanent Easement Property. Grantor must notify Grantee in writing before streets, roadways, utilities or other encroachments are installed. 6. Grantor shall retain all the oil, gas, and other minerals in, on and under the Permanent Easement Property. Grantor will be permitted to extract the oil and other minerals from and under the Permanent Easement- Property by directional drilling and other means, so long as such activities do not damage, destroy, injure, and/or interfere with the Grantee's use of the Permanent Easement Property for the purposes for which the Easement is being sought by Grantee. 2 7. Upon completion of construction, the permanent fencing destroyed or disturbed by construction activities shall be installed by Grantee, at its sole expense, along the same alignment and approximate location of the Grantor's existing fences. 8. Grantee shall require any of the Grantee's contractors (including subcontractors of any tier) to perform all construction work under this Agreement as expeditiously as possible so as not to interfere . unreasonably with Grantor, its agents, contractors and subcontractors, employees, invitees, licensees, and representatives' use and occupancy of Grantor's property. In performing the work or causing the work to be performed, Grantee shall make adequate provisions for the safety and convenience of Grantor_, its agents, contractors and subcontractors, employees, invitees, licensees and representatives. In addition, Grantee shall cause all work to be cleaned up as is reasonably prompt in order to minimize disruption or Grantor's inconvenience in the use of its property. 9. During the course of any construction activity under this Agreement, Grantee shall require any of the Grantee's contractors (including subcontractors of. any tier) to indemnify Grantor against claims arising, in whole or in part, out of contractor's negligence. In addition, Grantee shall require the contractors to covenant and agree to. indemnify, hold harmless, and defend at their own expense, the Grantor, 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 in installation of the pipelines by the contractors, their officers, agents, employees, subcontractors, licensees, or invitees. Also during the course of any construction activity under this Agreement, Grantee shall require the contractors to indemnify and hold harmless Grantor from and against any and all injuries to the Grantor's officers, agents, servants, and employees, loss or destruction of Grantor's property arising from the performance of any of the terms and conditions of this Agreement. 10. During the course of any construction activity under this Agreement and for two (2) years after its termination by the Grantee's City Council, Grantee shall require any of Grantee's contractors (including subcontractors of any tier) to maintain and keep in effect the following minimum insurance coverage and limits: a. Workers' Compensation with Occupational Disease coverage with benefits afforded under the laws of the State of Texas. The policy of insurance shall be endorsed to include a waiver of subrogation providing rights of recovery in favor of Grantor; b. General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence/aggregate on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence/aggregate on account of property damage with $2,000,000 umbrella policy coverage. L Certificates of insurance shall state that Insurance is on an 'occurrence" °3 basis. Certificate shall also contain a statement that no exclusions by - endorsement have been made to the Commercial General Liability Policy, `/ and shall name Grantor as an additional insured. c. 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 aggregate on account of one accident, and automobile property damage insurance in an amount not less than $100,000 aggregate. d. Grantee's contractors shall famish insurance as a separate policy 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). 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavations 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). The Grantee, its offices, employees and servants shall be endorsed as additional insured on Grantee's contractors' insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Grantee's contractor's insurance policies shall be indorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by the Grantor shall not be called upon to contribute to loss recovery. 7. When required by the Grantee's 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 4 damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s). The above insurance coverage shall be primary and non-contributory, regardless of any insurance which may be carried by Grantor and shall be procured from companies of recognized financial responsibility with A- VII rating or better, as rated in the A.M. Best Key rating Guide for Property and Casualty Insurance Companies. The Grantee's contractors shall furnish the Grantor with satisfactory proof of coverage by insurance required in the Grantee's contract documents in the amounts and by carriers satisfactory to the Grantor. The certificate of insurance shall provide that the applicable insurance policy shall not be canceled or amended without thirty (30) days prior written notice to Grantor. Other than Worker's Compensation Insurance, in lieu of specified insurance, the Grantee may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Grantee must approve in writing any alternative coverage. All insurance requirements made upon the Grantee's contractor shall apply to the subcontractors of any tier, should the Grantee's contractor's insurance not cover the subcontractors. Any self-insurance, self -insured retentions, deductibles, and exclusions in coverage in the policies required under this Agreement to the extent applicable, shall be assumed by, for the account of and at the sole risk of Grantee's contractors (including subcontractors of any -tier). Grantor's approval of the Grantee's contractor's (including subcontractors of any tier) insurance policies shall not relieve Grantee's contractors (including subcontractors of any tier) of any obligations contained herein, including Grantee's contractors (including subcontractors of any tier) indemnification and defense obligations under this Agreement. Certificate(s) of insurance and endorsements are to be mailed to: Bell Helicopter Textron Inc. P.O. Box 482 Attn: Risk Mgmt. - Plant 1 Drop 1104 Fort Worth, Texas 76101 5 EXECUTED this _ day of STATE OF TEXAS § COUNTY OF TARRANT § 12009 GRANTOR BELL HELICOPTER TEXTRON, INC. By: Name: Title: The foregoing instrument was acknowledged before me this _ day of 2009, by , as EXECUTED this ` day of of ,2009 GRANTEE CITY OF FORT WORTH Fernando Costa Assistant City Manager 6 STATE OF TEXAS § COUNTY OF TARRANT § The foregoing instrument was acknowledged before me this day of 2009, by Fernando Costa as Assistant City Manager of Fort Worth, Texas. APPROVED FOR FORM AND LEGALITY Theodore P. Gorski, Jr. NOTARY PUBLIC 7 EXHIBIT "A" Being a variable width permanent reclaimed water pipeline and salt water pipeline easement situated in the Juan Armendaris Survey, Abstract No. 57, Tarrant County, Texas, -and out of a 19.786 acre tract of land conveyed to BELL HELICOPTER TEXTRON, INC. by general warranty deed as recorded in Volume 7231, Page 1786, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said strip being herein more described by metes and bounds as follows: BEGINNING at a 5/8" iron rod found in the asphalt paving of Arlington -Bedford road at the southeast property corner of the said 19.786 acre tract; THENCE South 89°22'56" West, along the south- property line of the said 19.786 acre tract, 24.35 feet to a point on the east edge of an existing permanent easement to the City of Fort Worth conveyed by deed as recorded in Volume 6864, Page 91, D.R.T.C.T.; THENCE North 00°26'10" West, along the said east edge of the existing easement to the City of Fort Worth, 1,623.60 feet to a point on the north property line of the said 19.786 acre tract, same being the south right-of-way line of a railroad right-of-way conveyed to the City of Fort Worth and the City of Dallas by deed as recorded in Volume 7726, Page 1848, D.R.T.C.T.; THENCE South 85°44'53" East, along the said north property line of the 19.786 acre ... tract and along the said south railroad right-of-way line, 24.43 feet to the northeast property corner of the said 19.786 acre tract, said point being in the paving of Arlington - Bedford Road; THENCE South 00°26'10" East, along the east property line of the said 19.786 acre tract, 1,621.52 feet to the Point of Beginning, containing 0.907 acres (39,509.4 Sq. Ft.) of land more or less. EG�STE)?E .......................... ERIC SHAUN SPOONER .......................... 9 21f Q- REVISED: 2-23-09 PARCEL 1=3 -- Pg. 5 of 7 EXHIBIT "B" Being a 25' wide temporary construction easement situated in the Juan Armendaris. Survey, Abstract No_ 57, Tarrant County, Texas, and out of a 19.786 acre tract of land conveyed to BELL HELICOPTER TEXTRON, INC. by general warranty deed as recorded in Volume 7231, Page 1786, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said strip being herein more described by metes and bounds as follows: BEGINNING at a point on the south property line of the said 19.786 acre tract, being located South 89°22'56" West 24.35 feet from a- 5/8" iron rod found in the asphalt paving of Arlington -Bedford road at the southeast property corner of the said 19.786 acre tract;, THENCE South 89°22'56" West, along the said south property line of the 19.786 acre tract, 25.00 feet to a point; THENCE North 00°26'10" West 1,625.72 feet to a point on the north property line of the said 19.786 acre tract, same being the south right-of-way line of a railroad right-of-way conveyed to the City of Fort Worth and the City of Dallas by deed as recorded in Volume 7726, Page 1848, D.R.T.C.T.; THENCE South 85°44'53" East, along the said north property line of the 19.786 acre tract and along the said south right-of-way line of the railroad right-of-way, 25.08 feet to a point; **Moe THENCE South 00°26'10" East 1,623.60 feet to the Point of Beginning, containing 0.932 acres (40,616.5 Sq. Ft.) of land more or less. 5T T �� gyp-' �•G ` Rio y .......................... ERIC SHAUN SPOONER .............. A PARCEL 1-3 - Pg. 6 of 7 PLAT OF EXHIBITS "A"&"B" 0 .300, 600' ' I SEE A TTACHED LEGAL DESCRIPTION L4 L2 ON PAGEs 5-6 OF EXHIB/Ts ':4 "& BHEREIN _ ...e GRAPHIC SCALE .IN FEET ALUM. TXDOT „ , MONUMENT FND. = 300 1 = IRF r C A .12' EX. R_O.W. / EX. 30' PERMANENT EASEMENT I TO ENERGY TRANSFER FUEL LP j T.C.C.I.No. D206355481 J RAILROAD RIGHT—OF—WAY TO CITY OF FORT WORTH AND DALLAS VOL- 7726, PG. 1848 D R. T. C. T. D.R. T. C. T. EX. PERMANENT EASEMENT TO THE CITY OF FORT WORTH VOL. 6864, PG. 91 ��' 4.67 ACRES D.R. T.C. T. i TRACT lA 1, WILLlAM R. LOVING SURVEY 1625.72'-, ABSTRACT No. 944 ATMOS ENERGY CORPORATION i VOL. 3412, PG. 660 6 ACRES (DEED) D.R. T. C. T. 'A " TRACT 2 --%-- — EXHIBIT RMENDARIS SURVEY, PERMANENT VAR/ABLE WD7H (,IUAN ABS No. 57 RECLAIMED WATER PIPELINE AND L HEL/COPTFR SALT WATER PIPELINE EASEMENTXTRON, INC.0 907 ACRES (39,509.4 SO. FT) 7231, PG. 1786 174.2 ACRES (DEED) TRACT 1A, WILL/AM R_ LOVING SURVEY D.R. T t✓. T ABSTRACT No. 944 WEST FORK PARTNERS, L.P. No. DIRECT/ON DIST. L1- S892256"W 24.35' L2 S854453'E 24.43' L3 N893556W 25.00' L4 S85'4453'E 25.08' 56 239 ACRES (DEED) MMCT 2D \ AB. HOWERTON SURVEY, ABS No 677 JUAN ARMENDARIS SURVEY, ABS No. 57 CH£SAPEAKE EXPLORATION L&WE0 PARTNERSHIP T C. C. / No. D206328529 D.R T-C. T. p T.C.C.I.No. D208183729 L D.R. T.C. T. .--ARLINGTON-BEDFORD ROAD N00 26' 10 "W—T•� 1, 623. 60' - SOO 26'10'E 1, 621.52' Gl� ✓ EXHIBIT »B TEMPORARY 25' WIDE CONSTRUCTION EASEMENT _ 0.932 ACRES (40, 616.5 SO. FT.) %2 IRF P. O. B. EXHIB/T "A S.`moo L3 L 1 518 » IRF 138.369 ACRES (DEED) `� J� \ TRACT 1 COTRAIL SURVEY ABS No. 329 JUAN ARMENDARIS SURVEY, ABS No. 57 SQUARETOP PARTNERS, L.P. 0.9527 ACRES (DEED) T.C.C.l-No. 0200047080 TEXAS MIDSTREAM GAS SERVICES, L.LC._ D.R T C T T. C. C. /.No. D208140363 D.R. T. C. T NOTETHE BASIS OF BEARINGS FOR THIS SURVEY IS ESTABLISHED FROM COORDINATES SHOWN FOR CONTROL POINTS ON SHEETS 4-5 OF THE 7RANSYSTEMS PLANS FOR THE 36' WATER MAIN EXTENSION `E.�F•. j ALONG TRINITY RAILWAY EXPRESS ROW FROM GREENREZT TO. FM 157, CONTRACT 1. Q ••G�5 TER' F{ 9i1) VILLAGE CREEK RECLAIMED WATER DELIVERY SYSTEM ••..•"""............•.. ERIC SHAUN SPOONER PARCEL NO. 1-3 . f......o ..0... D SURVEY: JUAN ARMENDARIS SURVEY, ABSTRACT No. 57 D.O.E. #P275-705140021330 `::�.0 9 LOCATION: CITY OF -FORT WORTH, TARRANT COUNTY, TEXAS PERMANENT RECLAIMED WATER PIPELINE WHOLE PROPERTY ACREAGE: 19.786 ACRES PER DEED AND SALT WATER PIPELINE EASEMENT S&A JOB -NO.: 08-0085 -1 DRAWN BY: E.S.S. DATE 1-12-09 CHECKED BY: E.S.S. EXHIBITS "A & B" PAGE 7 OF 7 SPOONER do ASSOC.. INC. 309 BYERS STREET, #100, EULESS, TX 76039, PH 817-281-2355 FAX 817-685-850V REV. 2-23-09 Vill2ge Creek Rec6hned Water Project Parcel # 2-1 DOE # 60% 11650 Moaler Valley Ro*d Fort Worth, Texas 76155 STATE OF TEXAS COUNTY OF TARRANT § RECLAIMED -WATER. LM AND SALT WATIR LINE F.ASEIMENT DATE. July 2009 GRANTOR: J&W SAND AND GRAVEL, INC. GRANTOR' S MAILING ADDRESS (including County): 3224 DRYN MAWR DRM DALLAS, DALLAS COUNTY, TX 75225 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County)_ 1000 THROCKMORTON ST. FORT WORM 'TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars (S10.00) and other good and valuable consideration, the rcc cipt and sufficiency of whicb is hereby acknowledged, for installation, construction, reconstruction, operation, maintcnm , replacement, upgrade, and repair of no more than two water -transmission mains and related facilities -a reclaimed -water main and a salt -water main --in, under, and across the described property. EASEMET r PROPERTY: Being a potion of that ccaain tract situated in the J.J. Wingfield Survey, Abstract No.1634, being part of the called 53.64 acre tract as recorded in Volume 8566, Page 1207, Deed Rocords, Tarrant County, Texas, and being more particularly described in Exhibit "A.", attached and incorporated for all pertinent purposes. (Property) Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and corrveys to Grantee, and its assigns an exclusive, perpetual easement on, over and through the property for the installation, mmsbuction,. reoonstruction, operation, maintenance, replacement, upgrade, and repair of multiple pipelines for (i) a reclaimed -water main and (ii) a salt -water main -hereafter referred to as "Facilities." The Facilities include all incidental undm�groimd and aboveground attachments, equipment and appurtenances, connections, struemes, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, over, upon, under, along, through and across a portion of the property and more fully described in Exhibit "A and depicted in the plat of Exhibits "A" & "B", attached and incorporated for all pertinent purposes, together with the right and privilege at any and all times to eater proptaty, or any part thereof, for the purpose of installing, caonsh acfing, mvmstructin8, opmting. ma intalnln& replacing, upgradin$s and repairing the Facilities - Grantor '(i) shall- not use the Property in any manner which interferes in any material way or is Inconsistent with the rights granted hereunder, or (ii) -erect or permit to be erected within the easment area a permancM structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls ox other structures that require a building permit However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the property at Grantees sole cost and exTense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hetetmder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement, TO HAVE AND TO HOLD the above -described pmnanent casement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantees successors and assigns forever, and Gran" dots ha%by bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Chwftc, its successor and assigns, against every person whomsoever lawfWly chinning or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. *' The terms of the Addendum to Reclaimed -dater Line and Salt -Water Line Easement attached hereto are incorporated herein for all purposes. [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PMn1V_ a itoc1ain6i-W1al Pipctin,,- E"W)tnt and Salt -Wok- Pipeline F2s==4 Prsrxl 2-1 -;�Qe 2 �../ GRANTOR J&W Sand and Gravel Inc_, a Texas corporation By: /M - ".. AA/v- Name: Ma&Louisa Whitlow Titic: Pmldent GRANTEE - City of Fort Worth BY: Fernando Costa Assistant City meager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: Pcrm =t Rwaimt d-Weck Pipc]me Emtji t and Salt -Water Pipelint Eutmwt Pso12-1 PW 3 `%awe ACKNQWLEDGEME�iNT STATE OF TEXAS COUNTY OF TARR.ANT § BEFORE MB, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared May Louise Whitlow, president of J&W Sand and Gravel Inc., a Texas corporation, known to me to be the same person whose name is subseribcd to the foregoing lent, and acknowledged to me that the same was the act of J & W Sand and Gravel, Inc- and that she executed the same as the act of said corporation for the purposes and consideration therein expressed and in tht capacity therein stated. GIVEN UNDER MY HAND ,AND SEAL OF OFFICE this 1 day of CAK06 t'irYMq . Mir C"Wao" 1 Mw Notary Public in and for the State of Texas womb It. U12 ACKNOWLEDGEMENT %Nw, STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day pasorWly appeared Fernando Costa, Assistant City Manager of the City of Fort Work known to me to be the person and officer whose name is subscri�cd to the foregoing fi str=ent, and acknowledged to me that he otecuted the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,20 Notary Public in and for the State of Texas Pit RocWmcdwtw Pipollw Etsw� !md Sax-W;*T P'rpetiba Eumnent, Pm-w12-i Page 4 *,,,, EXHIBIT "A" Being a 25' wide permanent reclaimed water pipeline and salt water pipeline easement situated in the J.J. Wingfield Survey, Abstract No. 1634, Tarrant County, Texas, and out of a called 53.640 acre tract of land conveyed to J&W SAND AND GRAVEL, INC. by warranty deed as recorded in Volume 8566, Page 1207, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: COMMENCING at the northeast property line of the said 53.640 - acre tract, said commencement point being in the paving of Mossier Valley Road; - THENCE South 89'17'37" West, along Mosier Valley Road and along the north property line of the said 53.640 acre tract, a distance of 128.40 feet to a point; THENCE South 89'41'17" West, continuing along Mosier Valley Road and along the said north property line, a distance of 649.36 feet to the Point of Beginning; THENCE South 00°42'23" East a distance of 194.22 feet to a south property corner of the said 53.640 acre tract, said property corner being on the north right-of-way line of a railroad right-of-way conveyed to the City of Fort Worth and the City of Dallas by deed as recorded in Volume 7726, Page 1848, D.R.T.C.T.; ..wl THENCE South 73047'37" West, along the south property line of the said 53.640 acre tract and along the said railroad right-of-way line, a distance of 25.94 feet to a point; THENCE North 00'42'23" West a distance of 201.32 feet to a point on the said north property line, said point being in the paving of Mossier Valley Road; THENCE North 89041'17" East, along Mosier Valley Road- and along the said property line a distance of 25.00 feet to the Point of Beginning, containing 0.114 acres (4,944.3 Sq. Ft.) of land more or less. �P 4G`STERFO .......................... ERIC SHAUN SPOONER t.......................... REVISED: 2-23-09 PARCEL 2-1 Pg. 5 of 7 EXHIBIT "B" Being a.25' temporary construction easement situated -in the J_J. Wingfield Survey, Abstract No. 1634, Tarrant County, Texas, and out of a called 53.640 acre tract of land conveyed to J&W SAND AND GRAVEL, INC. by warranty deed as recorded in Volume 8566, Page 1207, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: COMMENCING at the northeast property line of the said 53.640 acre tract, said commencement point being in the paving of Mossier Valley Road, THENCE South 89°17'37" West, along the north property line of the said 53.640 acre tract, a distance of 128.40 feet to a point; THENCE South 89°41'17" West, continuing along the said north property line, a distance of 674.36 feet to the Point of Beginning; THENCE South 0004223" East a distance of 201.32 feet to a point on the south property line of the said 53.640 acre tract, same being the north right-of-way line -of a railroad right-of-way conveyed to the City of Fort Worth and the City of Dallas by deed as recorded in Volume 7726, Page 1848, D.R.T.C.T.; THENCE South 73°47'37" West, along the said south property line, and along the said ..� railroad right-of-way line, a distance of 25.94 feet to a point; THENCE North 00°42'23" West a distance of 208.43 feet to a point on the said north property line, said point being in.the paving of Mossier Valley Road; THENCE North 89'41'17" East, along Mosier Valley Road and along the said property line a distance of 25.00 feet to the Point of Beginning, containing 0.118 acres (5,121.9 Sq. Ft.) of land more or less. O_F• TF G`ST Eq 9 .......................... ERIC SHAUN SPOONER ...................... PARCEL 2-1 — Pg. 6 of 7 PLAT OF EXHIBITs "A" & "B" SURVEY, ABS 278 SEE A TTACHED LEGAL DESCRIPTIONS G. W. COUCH CITY EULESS ON PAGE 5 AND 6 OF EXHIBITS ';4 "&"S" HERE/N CALLED 154.769 ACRES VOL. 11966, PG 1137 P. 0 B. P. O. C. D.R. T. C. T. EXHIBIT B" P.O. B. EXH/B/Ts ;4 & B" EXHIBIT A " HOSIER VALLEY ROAD �\ L 4 L2 AA S89'41 '17 "W S89' 1737 "W PROPERTY LINE Iv IV j o 649.36' 128.40' O O O EXHIBIT 'B » �+ �i PROPERTY CORNER OF TEMPORARY 25' WIDE J&W SAND AND GRAVEL, INC. CONSTRUC77ON EASEMENT G' 0. 718 ACRES (5,121. 9 SO FT) I rq CALLED 53.640 ACRES J.J. WINGFIELD SURVEY, ABSTRACT No. 1634 J&W SAND AND GRAVEL, INC. I r VOL. 8566, . PG. 1207 D.R. T.C. T. I EXHIBIT 'A" I PERMANENT 25' WIDE Z RECLAIMED WATER PIPELINE AND I o SALT WATER PIPELINE EASEMENT `°a ti 0.114 ACRES (4,944.3 SO. FT.) NO 1 R� N RAI�OO THE CITY VOL. EAST PROPERTY CORNER OF J&W SAND AND GRAVEL, INC L3 R p W SINE E TO ,OF, -WA& DALLAS RIG OR T�y�ORGTB 8 F 726. T C T. DY 0 o T Ld Ld LL z _0 J Lr) 0 U 11 T U_ CL a o' 0 0 No. DIRECTION DIST. L 1 S7347'37"W 25.94' L2 N8941 '171E 25.00' L3 S734737"W ` 25.94' L4 N89'41 '17"E 25.00' NOTE- THE BASIS_ OF BEARINGS FOR THIS SURREY IS ESTABLISHED FROM COORDINATES SHOWN FOR CONTROL POINTS ON SHEETS 4-5 OF THE TRANSYSTEM S PLANS FOR THE 36' WATER MAIN 0 F EXTENSION ALONG TRINITY RAILWAY EXPRESS ROW FROM GREENBELT TO FA! 157, CONTRACT 1. (�.• .TE` +Ln VILLAGE CREEK RECLAIMED WATER DELIVERY' SYSTEM .......................... ERIC SHAUN SPOONER .......................... PARCEL NO. 2-1 D.O.E. #P275-705140021330 :q 2 , r SURVEY: J.J. WINGFlELD SURVEY, ABSTRACT No. 1634 e LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PERMANENT RECLAIMED WATER PIPELINE ,%NOW WHOLE PROPERTY ACREAGE CALLED 53.64 ACRES AND SALT WATER PIPELINE EASEMENT S&A JOB NO.: 08-0085 DRAWN BY: J.W.C. DATE: 01-31-09 1 CHECKED BY: E.S.S. EXHIBITS "A &"B" PAGE 7 OF 7 SPOONER do ASSOC.; INC. 309 BYERS STREET, #100. EULESS, TX 76039, PH 817-281-2355 FAX 817-685-85I e REV. 2-23-09 ,"„� ADDENDUM TO RECLAD-lED-WATER LINE AND SALT -WATER LINE EASEMENT THIS ADDENDUM TO RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT ("Addendum") is attached to and incorporated into that certain Reclaimed -Water Line and Salt -Water Line Easement (the "Perpetual Easemenf) between 3 & W SAND AND GRAVEL, INC., a Texas corporation ("Grantor"), and the CITY OF FORT WORTH ("Grantee"). If any conflict exists between this Addendum and the Perpetual Easement, this Addendum controls. 1. Grantee must give Grantor written notice forty-eight (48) hours prior to entering upon the Easement Property except for emergency situations. Grantee shall not at -any time obstruct Grantor's access to any part of the approximately 53.64 acres of land owned by J & W Sand and Gravel, inc. and described -in the warranty deed recorded in Volume 8566, Page 1207, Deed Records of Tarrant County, Texas ("Grantor's Lane, whether such obstruction is on the Easement Property or otherwise; notwithstanding the foregoing, Grantee may, to the extent reasonably necessary for construction and/or maintenance of the Facilities, partially obstruct Grantor's access to Grantor's Land so long as Grantee maintains at all times at least one thirty foot (30') wide lane of access to and from all portions of Grantor's Land- 2- Grantor's conveyance is subject to any and all restrictions, covenants, easements, tenancies and other encumbrances of whatsoever nature, if any, relating to the Easement Property that are existing at the time of this conveyance and to all zoning laws, regulations and ordinances of municipal and other governmental authorities, if any, relating to the Easement Property. This is not a conveyance of the fee simple interest in the Easement Property, nor of any interest in the oil, .gas, and other minerals in, on, or under the Easement Property, but is a grant solely of the easement as described above. 3. Grantor hereby reserves the right to use and enjoy the surface of the Easement Property for any and all purposes whatsoever so Iong as such use does not unreasonably interfere with the rights granted to Grantee under the Perpetual Easement, including without limitation the right to pave or landscape the Easement Property and to construct and maintain wood or chain link fencing across the Easement Property except during the construction of the pipeline. 4. Grantee shall not permit any mechanics' or materialmen's lien to be filed against the Easement Property or against any of Grantor's Land arising out of any labor or materials supplied by, at the direction of, or on behalf of Grantee or any city contractor. If any such mechanics' or materialmen's lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. 5.. Upon Grantee's disturbance of the Easement Property and/or Grantor's Land, Grantee shall at its expense promptly restore the Easement Property and all other Grantor's Land affected by Grantee's activities, and all permissible improvements thereon, to substantially the same condition as before such installation_ Without limiting the foregoing, Grantee shall (i) re- seed all affected areas and replace and restore all affected landscaping to a condition as close as reasonably possible to its pre -disturbance condition and (ii) repair and/or reconstruct all affected, permissible improvements to a condition as close as possible to their pre -disturbance condition, including without limitation all paving, sidewalks, wood and chain link fencing and other Page 1 of 2 Addendum to Perpetual Easement permissible surface improvements. In performing any work within the Easement Property --or %woe causing any such work to be performed -- Grantee shall (i) make adequate provisions for the safety and convenience of Grantor and its tenants, agents, employees, licensees, and invitees, (ii) use its best efforts to prevent any damage to Grantor's or others' property, including, without limitation, taking all actions necessary to protect the foundations of the buildings located upon Grantor's Land, (iii) cause all work to be cleaned up promptly in order to minimize disruption or inconvenience, and (iv) coordinate the work with Grantor. Grantee shall at all times construct and maintain the Facilities in a safe manner and in full compliance with all applicable federal, state, municipal, or other laws, statutes, codes, restrictions, regulations, ordinances and orders. 6. Grantee shall, at Grantee's expense, provide an 8" tap to the reclaimed -water main sufficient to allow Grantor to purchase reclaimed -water from Grantee in the event Grantee elects to offer reclaimed -water for sale to the public. The tap shall be for the sole use and benefit of Grantor, Grantor's tenants and Grantor's successors and assigns. 7. The rights and benefits of the Perpetual Easement will inure to the benefit of — and be binding upon— Grantor, Grantee, and their respective successors and assigns. 8. By accepting this document, Grantee has agreed to and accepted the terms, conditions, benefits; and obligations contained herein- Grantor has agreed to grant the Perpetual Easement on reliance of Grantee's representation that Grantee agrees to and accepts the terms, conditions, benefits, and obligations contained herein. (END OFADDEND UMJ Page 2 of 2 1 Addcndum to Perpetual Easement nug 13 2009 4_47PM HP LnSERJET Fnx page 7 *..i Village Creek Reclaimed Water Project Parcel # 2-3 Doe # P275-70514DO21330 Vacant Landon Mosier Valley Road Tract 2-C, G. W. Couch Survey, Abst. No- 278 STATE OF TEXAS § COUNTY OF TARRANT § RECLAIMED -WATER LINE EASEMENT DATE: July 24, 2009 GRANTOR: CITY OF EULESS GRANTOR'S MAILING ADDRESS (including County): 201 N. ECTOR DRIVE EULESS, TARRANT COUNTY, TX 76039 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION; Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, for installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of no more than one water -transmission main and related facilities —a reclaimed -water main --on, under, across, and through the described property. EASEMENT PROPERTY: Being a portion of that certain tract situated in the G. W, Couch Survey, Abstract No. 278, being part of the called 2.823 acre tract as recorded in Tarrant County Clerk's Instrument Number D208421559, Deed Records, Tarrant County, Texas and being more particularly described in Exhibit "A', attached and incorporated for all pertinent purposes. (Property) Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive, perpetual easement on, under, across, and through the Property for the installation, construction, reconstruction, operation, maintenance, replacement. upgrade, and repair of pipelines for a reclaimed -water main hereafter referred to as Aug 13 2009 4:48PM HP LASERJET FAX page 8 "Facility." The Facility includes all incidental underground and aboveground *4000, attachments, equipment and appurtenances, connections, structures, including, but not limited to manholes, manhole vents, lateral tine connections, pipelines, junction boxes in, over, upon, under, along, through and across a portion of the Property, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of installing, constructing, reconstructing, operating, maintaining, replacing, upgrading, and repairing the Facilities. Grantor (i) shall not use or allow use of the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (ii) erect or permit to be erected within the Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement. Grantor may grant other utility providers the right to cross the easement area only (i) if the crossing is at an angle between 45' and 900 and (i) if the crossing is below the reclaimed -water main pipeline with a clearance of five feet. At least 30 days before the date on which construction of an asphalt or concrete road or street that will be located wholly or partly on or over the reclaimed -water main pipeline is scheduled to begin, the Grantor or its successors and assigns must submit plans for the proposed construction to the Grantee. TO HAVE AND TO HOLD the above -described permanent exclusive easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor- and assigns to warrant and forever defend all and singular the easement to Grantee, its successor and assigns. against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Reclaimed -Water Pipeline Easement Page 2 Aug 13 2009 4:48PM HP LASERJET FAX page 9 GRANTOR City of Euless Name Mary Lib Saleh Title Mayor GRANTEE City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attomey Date: Permanent Reclaimed -Water Pipeline Easement Page 3 Aug 13 2009 4:48PM HP LRSERJET FAX page 10 `%./ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared AAA Lib S.4/�-A , jYl iqu I of the City of Euless, {shown to me to be the same person whosd name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of tha City of Euless and that he/she executed the same as the act of said City of Euless for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of A,IJAcf- .20_01. f ,+; ►;';rs4 SUSAN CRIM _z+""' ..'' s Notary Public. State of Texas �,•. _€ my Commission Expires ��„•Jii��`r' May 06, 2013 STATE OF TEXAS § COUNTY OF TARRANT § Nof ublic In acid or the State of Texas ACKNOWLEDGEMENT BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,20 Perm2ment Reclaimed -Water Pipeline Easemcnt Notary Public in and for the State of Texas Page 4 Rug 13 2009 4:49PM HP LRSERJET Fnx page 11 EXHIBIT "A" Being a variable width permanent reclaimed water pipeline easement shunted In the G.W. Couch Survey, Abstract Number 278, City of Fort Worth, Tarrant County, Texas and 'being a portion of that same called 2.823 acre tract of land conveyed to the CITY OF EULESS by specter! warranty deed as recorded in Tarrant County Clerka Instrument Number (T.C.C.I.No.) D208421559, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and hounds as follows: BEGINNING at a point on the south property One of the said 2,823 acre tract, same being the north right-of-way line of Mosier Valley Road, being a variable width right-of- way, said beginning point being located North 82'434W East a distance of 171.02 feet from a 518' iron rod with a partially unreadable cap, with remaining stamp of "T.L. Thompson RPLS ...237" found at the southwest property cornet of the said 2.823 acre tract, said property corner being on the east property fine of a tract of land conveyed to the City of Euless, by deed as recorded in Volume 111366. Page 1137, D.R.T.C.T.; THENCE North 73'52'12" East a distance of 231.63 feed to a paint; THENCE South 30*46'213" East a distance of 25,84 fast to -a point on the south property line of the said 2.823 acre, tract, same being the north right-of�way line of 100 feet right- of-way conveyed to the cities of Fort Worth and Dallas by deed as recorded in Volume 7728, Page 1848, D.R.T.C.T.; ...w, THENCE Sough 7304049" West, along the said south property line and along the sold north railroad right-of-way line, a distance of 70.08 feet to a point at the intersection between the said north railroad right -of line and Rm said north right-of-way One of Mosier Valley Road; THENCE continuing along dw said south property tine and along the sold north right-of- way line of Mosier Valley Road South SV43'48" West a distance of 183.94 feet to the Point of Beginning containing 0,089 acres (3,874.6 Sq. Ft.) of land more or less. t� Or.............. r ERIC SHA N SPOONER REVISED: 5-11-09 PARCEL 2-3 - Pg. 1 of 7 Aug 13 2009 4:49PM HP LRSERJET FAX page 12 EXHIE"T "B" Being a variable width temporary construction easement situated In the G.W. Couch Survey, Abstract Number 278, City of Port Worth, Tarrant County, Texas and being a portion of that same called 2.823 acre tract of land conveyed to the CiTY OF EULESS by special warranty deed as recorded In Tarrant County Clerk's Instrument Number (f.C.C.I.No.) D208421559, Deed Records of Tarrant County, Texas (b.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property One of the said 2.823 acre tract, some being the north right-of-way line of Mloslar Valley Road, being a variable width right-of- way, said beginning point being located North 82'4346' East a distance of 8,69 feet from a 518' Iron rod with a partially unreadable cap, with remaining stamp of 'T.L. Thompson RPLS ...237", found at the soultmest property corner of the said -2-823 acre tract, said property comer being on the east property line of a tract of land conveyed to the City of Euless, by deed as recorded In Volume 11088, Page 1137, D.R.T.C.T.; THENCE North 73'52'12" East a distance of 368.74 feet to a point on a north property line of the said 2.823 acre tract, same being the south property fine of Lot 1, Block 1, Arco Addition, being an addition to the City of Fort Worth according to the plat recorded In Cabinet A, Slide (317, Plat Records of Tarrant County, Texas, said point also being at the beginning of a curve to the left with a radius of 334.26; THENCE In an easterly direction along the said property lines and along the said curve an arc length of 19.18 feet across a chord bearing South 87°53'59" East a distance of 19.18 feet to a point: THENCE South 30'48'28" East a distance of 19.54 feet to a point; THENCE South 73"52'12" West, a distance of 231.53 feet to a point on the said south property line of the 2.823 acre tract, some being the said north right -of way line of Mosier Valley Read; THENCE South 82'43'4G' West, along the said south property lime and along the said north light of -way Ons, a distance of 162.32 feet to the Point of Beginning containing 0.176 acres (7,659.0 Sq. Ft.) of land more or less. 5 T � ERIC SHAUN SPOONER REVISEa: 6-11-08 .essQ`� PARCEL 2-3 Pg. 2 of 7 -•—I- 1s•>alpFuNE EAwvfKr ro PLAT 4F EXHIBITs "A" & "B" I K0CH RE7r MW CO. SEE A rrACHEA LEGAL 0ESQ41PAAVS I T C.C.I.Nb. 01YOW2614 ON PACE 5 AND 6 Or DOO&TS A'&'8' HERON O.R.r.c.r. EXHISIr 'B' Gw. COUCH Sum; AsS ve r£MPORARY VAR/ABLE WfD7H cm' OFatm c0NSTRuc77oly c,4sEmrNr tor 1, a rr 1 CALLED 1"769 ACRES' 0.175 ACRES VPL (7,659.8 SO, fT) My ADCflkW R - 314.26• 112", FAR llJ7 as A• s" 617 [ ! 1s. fe' I DRT.CT. P.R.T,Gr. DY ' sv "rsgT I CALLED 2 823 ACRES CL i 10. if Fr I (IN A/DAA' SURVEY SEPT. 2006) I G W. COUCH SURVEY 1/2 ` G�,eF .l,w ABSTRACT Na 278 p17 OFE7lLE�5S .SJO'46'28-' I rCr-I.NQ D208421559 `r�� 3�, 25.84' I s/a' C1Rf D.R, T. C T, '7. L 1N0LPScw RPCS ..2J7' r r r R•a �,}•(vwn�[[r ral CJa4afF �� ST3`4p'49IF , IL 1 P.O.B. E RY91l7 A' f S .W 7&08' 73 52 5 43'46w J t 94�rg0 >D j63.32 17f.02 ST gmytr 'A' 0 50' 100' No. I DIREC7T06V DzT: PMAABVT WYABL£ MIDIN L 1 JAWZ4J46T a 69 RE•C1AIM49 WATER PlPE7 NE EASEL &r i L.2 WO.4628T 119.64aO89 AMS (J,,874.6 Sit Fr) GRAPHIC SCALE IN FEET 1 50' SOX YW MSS a' WUenO nW 1HS SOW a e' M U90 IR W Wa%MW= SAW eW GoVMa Paws ak sr, M 4-S Cr PC DUAMS1WY PUKS-'W YW !6' M4,'M MAN BY1V4 W ALLWC MP47YA LW4) .C%A is ROIL MAN 4=4ar W Ai 07. aWM4C! L VILLAGE CREEK RECLAMfED WATER DELIVERY SYSTEM PARM No. 2-3 D.O.E. Oe275-705140021330 sU"M GYX CMCH WhV, ABSTRACT r4 V1 LOCAnOt! CM OF FORT *M% TARRANT 0"M, toes CAlm 2eZ�woH�srr, ne) ppZMp� RECLAIMED WATER PIPELINE EASEMENT►ENYVyE1ca AEXHIBITS "A"d'9" PAGE 7 OF 7bA 4-49 IcBC VOONK r ASSW- INC JONYM =Wr, 1100. UUT5y Tx 7WX PH YI7-=1-27SS FAX 417-M-A5 RM 6-11-09 FAC SHAUN SPOOK m c n N a a Lo .A cL 3 Li Aug 13 2009 4:50PM HP LRSE_RJET FRX Nftwvw� Village Creek Reclaimed Water Project Parcel # 2-3A Doe # 6096 12200 Block of Mosier Valley Road Fort Worth, Texas 76155 STATE OF TEXAS § COUNTY OF TARRANT § RECLAIMED -WATER LINE TEMPORARY CONSTRUCTION EASEMENT DATE: 7-24-2009 GRANTOR: CITY OF EULESS GRANTOR'S MAILING ADDRESS (including County): 201 N. ECTOR DRIVE EULESS, TARRANT COUNTY, TX 76039 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 page 14 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged_ EASEMENT AREA: See Exhibits "A" and "B", attached and incorporated for all pertinent purposes. Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants. sells, and conveys to Grantee, and its assigns an exclusive temporary construction easement in, under, and through the property for the installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of multiple pipefnes for a reclaimed -water main. Upon completion of the construction of the reclaimed -water main, all rights granted within the temporary construction easement shall cease, and all operations, maintenance and repair shall be confined to the permanent easement for the reclaimed -water main. Aug 13 2009 4:50PM HP LASERJET FAX page 15 TO HAVE AND TO HOLD the above -described temporary construction easement, Nftwl together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever, and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR City of Euless By: cAlk/L/_ Name: Mary Lib Saleh Title: Mayor GRANTEE City of Fort Worth BY Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: Temporary Reclaimod-Water Pipeline Easement Page Z Nr,/ Aug 13 2009 4:50PM HP LRSERJET FRX page 16 ,%m/ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared K1 a eY Lob sale h , n 1 A o R of the City of Euless, known to mb to be the same person whose naml is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of City of Euless and that helshe executed the same as the act of said City of Euless for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this i I day of 2009. SUSAN CRIM i Notary Public, State of Texas . ;. My Commission Expires Notary Public in find for the State of Texas %,- May 06, 2013 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me than he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein slated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Temporary Reclaimed -Water Pipeline Easemenr page 3 Aug 13 2009 4:51PM HP LRSERJET FAX page 17 EXHIBIT "A" Being a varlabla width permanent reclaimed water plpeilne easement situated in the G.W. Couch Survey, Abstract Number 278, City of Fort Worth. Tarrant County, Texas and 'being a portion of that same called 2.823 acre tract of land conveyed to the CITY OF EULESS by special warranty deed as recorded in Tarrant County Clerwa Instrument Number (T.C.C.I.No.) D208421558, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said 2.823 acre tract, same being the north right -of -sway One of Mosier Valley Road, being a varlabte width right-of- way, said beginning point being located North 82"43'4W East a distance of 171.02 feet from a 818" iron rod vAth a partially unreadable cap, with remaining stamp of 71. Thompson RPLS ...23T' found at the southwest property comer of the said 2.823 acre tract, said property corner being on the east property Ilse of a tract of land conveyed to 1he City of Euless, by deed as recorded in Volume 11988, Paga 1137, D.R.T_C.T.; THENCE North 73'52'12" East a distance of 231.53 feet to a point; THENCE South 30446,28' East a distance of 25.84 feet to a point on the south property line of the said 2.823 acre tract. same being the north right-of-way line of 100 feet right- of-way conveyed to the cities of Fora Worth and Dallas by deed as recorded in Volume 7728, Paga 1848, D.R.T.C.T.; THENCE South 73040'49" West, along the said south property line and along the said north railroad right-of-way line, a distance of 78.08 feet to a point at the intersection between the said north railroad right -of line and the said north right-of-way Kne of Mosier Valley Road; THENCE cohtinuing along the said south property line and along the said north right-of- way line of Mosier Valley Road South 82'43`46" West a distance of 183.94 feet to the Point of Beginning containing 0.089 acres 43,874.6 Sq. Ft.) of land more or less. t� or r ER1C SHAUN SPOOHER REVISED: 8-11-09 PARCEL 2-3 — Pg. 1 of 7 Aug 13 2009 4:51PM HP LASER3ET FAX page lu EXHIBIT "B" Being a variable width temporary construction easement situated in the G.W. Couch Survey, Abstract Number 278, City of Fort Worth, Tarrant County, Texas and being a portion of that same called 2.823 acre tract of land conveyed to the CiTY OF EULESS by special warranty deed as recorded in Tarrant County Cleric's Instrument Number (T.C.C:i.No.) D208421559, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said 2.823 acre trail, some being the north right-of-way line of Mosier Valley Road, being a variable width right -of way, said beginning point being located North 82"43'48" East a distance of 8.89 feet from a 518" Iron rod with a partially unreadable cap. with remaining stamp of "T.L. Thompson RPLS ...237, found at the southwest property corner of the Bald 2.823 acre tract, said property comer being on the east properly line of a tract of land conveyed to the City of Euless, by deed as recorded In Volume 11988, Page 1137, D.R.T.C.T.: THENCE North 73'5712" East a distance of 388.74 feet to a point on a north property line of the said 2,823 acre tract, same being the south property line of Lot 1. Block 1. Arco Addition. being an addition to the City of Foci Worth according to the plat recorded In Cabinet A, Silde 617. Plat Records of Tarrant County. Texas, aald point also being at the beginning of a curve to the left with a radius of 334.26; THENCE In an easterly direction along the sold property Ones and along the said curve an are length of 19.18 feet across a chord bearing South 8753'59" East a distance of 19.18 feet to a point; Ti IENCE South 30.49'2B" East a distance of 18.54 feet to a point: THENCE South 73'52'120 West, a distance of 231.53 feet to a point on the said south property line of the 2.823 acre tract, same being the said north right of -way line of Mosier Valley Road; THENCE South 82'4346" West, along the said south property line and along the said north right-of-way line, a distance of 162.32 feet to the Point of Beginning containing D.176 acres.(7,669.B Sq. FL) of land more or less. or rf ERIC SHAt1N SPOONr'r REVISED: 8-11-09 Z. !9 r ; . *_j PARCEL 2-3 - Pg. 2 of 7 PLAT OF EXHIBITS "A" & "B" ,s.E,,NT ,o I Kocq RVWNG co. 5Er A rrACHO LOW DE= PnavS I r.C.CI.nla D►SD=614 00V PAGE 5 .WO 6 Of r&015 A *Zi' HEWW I oRrc.r emIe1r a" aw. XVO,r SWVIX ADS 278 7rYPORARY VAR/A&C W107H I crrY OF ac= CONS]NUCAON EAS£MEw LOr ►. &ocK 1 I CAUAa 15I.769 ACR1EY 0.176 ACRES (7.659.6 Sa Fr) VCL 11966, Pa 1137 ARCO A00ffl9N R = J3f.26' L - 13.18 ' I accar. caa ti swf are RR.rr,T, cm - wrlrss*c CALLED 2.823 ACRES ct - rA1s fr� I 01V dIW SVRWY SEPT. 2008) I L; W. COUCH SURwY I ABS7RACr No. 278 carr or EuLm I rCGINa 02084,21559 —'' 31. 25.84 1 SJdt• CA9� O, R. T r r f r E it y 17G, rxApsw �a (A(CULLY vAWAA4fiW ' �' S7X40'49V P.aa 141 P ae. Exx�rr �• i ,W 76 DO Exmw -a- ''F6 �7g'S"--��SB _4.?'4_6'1►',,....." �.- 1� �.a i rk �Vvx; ar4 j'46T Avsm irAzw AMID �'' 0� 100 VAPIiM rlmyr pur.. ov .� DlB/r a so' too' 1110. DIRECTIQN tvsl. PERA Ahar VANA&E W07H L 1 N6?'4J'45T a"' REMAWED q6 W? P1PaNE. fASn Or 119.64 L2 SJO046'28T a0ft AMY (J;8746 Sa F7) GRAPHIC SCALE IN FEET r 10 ;x Mo MM HW r W$ Or W.00gss RW 7W XR1fY a a&Idr/31E17 FMW WaWM MY 9 W file 6 WNM XWTS AV 9CM 4•S W OC JRAwamei ANa rag rw is, ri47ER mw orww w .4ow 7R1m RAR.AN rww Rop im mmmr 7o 1v is? cows GCr ►. VILLAGE CREEK RECLAIMED WATER DELIVERY SYSTEM p''rtm NO. 2-3 D.O.E. OP275-705140021330 sMVM arK ON04 SU MY, ANM= Nw US LOCAVAW. an OF FORT VIM% TAWM CUM. 11<XAS pE�p,� RECLAIMED WATER PIPELINE EASEMENT FOIE PWOPaRrt A Aoc Guto 2t .�11 i g1RwY WT lwl y'�► ,rote N� oe-ooea duy�( j� �vtc. EXHIBITS "A"de"B' PAGE 7 0P 7 crate 2-4-M � CHEM " Ess 94)C 11t & A310C_ W- ]Qi BTOU 51Rgi JIM WIM iR 76M M 6-2f1-2M FAX W-W-UM REV. 6-11-o9 f Aug 13 2009 4:4GPM HP LASERJET FAX I-ftw Village Creek Reclamation Parcel # 2.3 Doe P275-705140021330 Vocarit Land on Mosier Valley Road Tract 2-C, G. W. Couch Survey, Abst No. 278 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY DATE: July 24, 2009 GRANTOR: City of Euless GRANTOR'S. MAILING ADDRESS (including County): 201 N. Ector Drive Euless, Tarrant County, TX 76039 GRANTEE: City of Fort Worth GRANTEE'S MAILING ADDRESS (including County): c/o TPW/ROW& Easements Group 1000 Throckmorton Street Fort worth, Texas 76102 page 2 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. RIGHT OF ENTRY: GRANTOR, for the consideration paid to GRANTOR, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, a temporary right of entry onto the property to construct an underground Permanent Water Reclamation Main ("Facility") in, upon, under, through, and across a variable width strip of land more fully described in Exhibit "A" and Exhibit "B," attached and incorporated ("Water Reclamation Main Property"), together with the right and privilege at any and all times to enter the Water Reclamation Main Property, or any part thereof, for the purpose of constructing and operating the Facility. GRANTOR covenants and agrees it will not use the Water Reclamation Main Property in a manner that interfo-res with the construction of the Facility_ Upon execution of this right of entry, GRANTOR will grant the GRANTEE and its employees, agents, representatives, and contractors access to the Water Reclamation Main Property to construct and operate the Facility until such time as the GRANTOR grants the GRANTEE a permanent water -main easement. Aug 13 2009 4:4GPM HP LRSERJET Fnx Page 3 TO HAVE AND TO HOLD the Water Reclamation Main Property, together with all and singular the. rights and appurtenances thereto in anyway belonging to GRANTEE, and GRANTEE's successors and assigns forever, and GRANTOR does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Water Reclamation Main Property to GRNATEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. City shall restore GRANTOR'S Property to the same or similar condition that existed immediately before it accesses the GRANTOR'S Property under this right of entry. Executed to be effective as of the date first written above. City of Euless SUSAN CRIM Notary Public, State of Texas F My Commission Expires 'VMN .ems May 06, 2Dr J _ By. J Name: mr3L ib Salah Title: Mayor THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared axv Li,6 of the City of Euless, kno n to me to be the same person whose name s to the foregoing instrument; and acknowledged to me that the same was the act of the City of Euless and that he/she executed the same as the act of said City of Euless for the purposes and consideration therein expressed and in the capacity therein stated. nGIVEN UNDER MY HAND AND SEAL OF OFFICE the // day of tthc 2009. J c Notary 16-fic in a for the State of Texas N Aug 13 2009 4:4GPM HP LASERJET FAX page 4 EXHIBIT "A" Being a variable width permanent reclaimed water pipeline easement situated In the G.W. Couch Survey, Abstract Number 278, City of Fort Worth, Tarrant County, Texas and 'being a portion of that same called 2.823 sae tract of land conveyed to the CITY OF EULESS by Spacial warranty deed as recorded In Tarrant County Cierk's Instrument Number (T.C.C.I.No.) D208421559, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly desaibad by mates and bounds as follows: BEGINNING at a point on the south property line of the said 2.823 acre tract same being the north right-of-way line of Mosier Valley Road, Ming a varlable width right-cf way, said beginning point being located North 82.43`46" East a distance of 171.02 feet from a El8' iron rod with a partially unreadable cap, with remaining stamp of " T.L. Thompson RPLS ...237' found at the southwest property comer of the said 2.823 acre trail, said property corner being on the east propesty line of a tract of land conveyed to the Ctty of Euless, by deed as recorded in Volume 11988, Page 1137, D.R.T_C.T.; THENCE North 73'52'12' East a distance of 231.53 feet to a point; THENCE South 30'4W28" East a distance of 25.84 feet to a point on Me south property line of the said 2.823 acre tract, same being the north right-of-way line of 100 feet right- of-way conveyed to the cities of Fort Worth and Dallas by deed as recorded in Volume 7726, Page 1848. D.R.T.C.T.; THENCE South 73'40'49" West, along the said south property line and along the sold north railroad right-of-way line, a distance of 76.08 feet to a point of the intersection between the said north rallroad rigtit-of nne and the said north right-of-way line of Mosier Valley Road; THENCE continuing along the said south property line and along the sold north right-of- way line of Mosier Valley Road South 82*43'48" West a distance of 1133.94 feet to the Point of Beginning containing 0.089 acres (3,874.5 Sq. Ft.) of land more or less_ a •.4 EMC SHAUN SPOONER REVISED: 8-11-09 PARCEL 2-3 — Pg. 1 of 7 nug 13 2009 4:4GPM HP LnSERJET FHX page Z3 EXHIBIT "B" being a variable width temporary construction easement situated in the G.W. Couch Survey, Abstract Number 278. City of Fort Worth, Tarrant County, Texas and being a portion of that same called 2.823 acre tract of land conveyed to the CITY OF EULESS by special warranty dead as recorded in Tarrant County Clerk's instrument Number (T.C.C.I.No.) D208421559, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by motes and bounds as follows: BEGINNING at a point on the south property line of the said 2.823 acre tract, same being the north right-of-way line of Mosier Valley Road, tieing a variable width right -or - way, said beginning point being located North 82'4346" East a distance of 8.89 feet from a 5/8' Iron rod with a partially, unreadable cap, with remaining stamp of 'T.L. Thompson RPLS ...237", found at the southwest property corner of the said 2.823 acre tract, said property corner being on the east properly line of a tract of sand conveyed to the City of Euless, by deed as recorded In Volume 11966, Page 1137. D.R.T.C.T.; THENCE North 73"52'12" East a distance of 368.74 feet to a point on a north property line of the said 2.823 acre brad, same being the south property line of -Lot 1. Block 1. Arco Addltion, being an addition to the City of Fort Worth according to the plat recorded In Cabinet A. Slide 817, Plat Records of Tarrant County, Texas, said point also being at the beginning of a curve to the left with a radius of 33426; THENCE In an easterly direction along the said property lines and along the said curve an arc length of 19.18 feet eorosa a chord bearing South 87'53'69" East a distance of 19.18 feet to a point; THENCE South 30°4628" East a distance of 19.64 feet to a point; THENCE South 73"52'12" West, a distance of 231.53 feet to a point on the said south property line of the 2.823 acre tract, same being the said north right-of-way line of Mosier Valley Road-, THENCE South 8243'48" West, along the said south property line and along the said north right-of-way tine, a distance of 162.32 feet to the Point of Beginning containing 0.176 acres (7,669.8 Sq. Ft.) of land more or less. ER1C SHAUN SPOONER REVISED:9-11-09 ' 2,, J� PARCEL 2-3 - Pg. 2 of 7 r --.L• 15• PwruNF E srwNr ro PLAT OF EXHIBITS "A" & "B" KOCH RMf#NO CO. SEE' A rrACHW LEGAL Df5CR/P77OVS I T.C.CJ.No. D7900026N LW PA CC 5 ANo 6 01' EXM&!7S A & R' HfffN aR rc r. EXHIBIT 'B' �,. a w cwpe swvrr mu .-M 70MPO.V R r VARIABLE W0 TH ov Or IV= CONMUC770N EASEMENT or r, 61c" CVj= 154.769 ACRES 0.176 ACRES (7, 659, 6 SQ. FT) ARM AOG OY R - jji2r rrx. 11"A Pa 17JV GAS 4 Sl/AE 617 L a /9. !B' 1 aRrar. PRrc.r. at s� rradvj6Z 1 CA, LLED 2.823 ACRES I (IN MOAK SURWY SEPr, 2006) . 1 C. W. COUCH SURVEY 7/2 ` GRF MCAK i A857RAOr Na 278 j _ I CITY Lip' E B8 74 1 �;b SJlr46'28-E ,�+'r �i. 25.M � r. G c� Na 0208427559 - I.118- cap- D.R. T. C. r. �a LUNNE 17..4. POfPSOW RPLS ..21r (NWZAUr UAW-ADOW ryiP�.DaTB '' I $J3'40}'�4�1aY , j I �.yuP.O�.. GAr7f 'Ar � /� D �1;, 1W !6W LJIrie �•" 'ram/�` • R. Q'� 7�/ 1� IV S�•43'46 7— _ - -' 161 ,�,,(1F`►>�Y D�„•- N7 r-162.32 i !JB?'43'46T J1o= P.IT1'dl1YIt�D J o OF xo.%- re WU rLDM JLaX 1 C1 E71'ff&r OA 0 TO 0 50• 10Q• No. DIRECTION &ST. PDPa AAzvT wRl ar w om LI M2 ,,46'E a69' REttNA(0 WA 0? PIPELINE EASEIIENT 1 L2 SJO'46.28'� 19.64' a069 ACRES (4874.8 $0 FT) QWHIC SCALE IN FEET t' -SO' M7/t• IW MAW OF SE'JMW MQ WS "WY W C5rAWVdV MW 0"1GM10 31W W FM CAM?% POWIS QV Stf£!S i-,f aF TW 7RAN9 mts Piwa nw irrf _ v rN mq root Exrolt w At" rw#ryxmmrwN= Boy' mw mZ w4r m AV rJr, cool or L VILLAGE CREEK RECLARV ED WATER DELIVERY SYSTEM PAM No. Z-3 D.C.E, #P275-705140021330 SLOtW(: CM C0004 SUKWr. ASPRACi N& 274 LLOC�AroMh OTY as Foar VW04. TAPPMT CCOJKff. IFx��►svt� PERMANENT RfCtAIIdED WATER PIPELINE EASEMENTsLa rod i�d, d cuiiv A fib 1t4 apt aaoet WE 2-4-m s-ooaa i cw* u It. E&I EXHIBITS "A"dc'B' PAGE 7 OF 7 SPOOM k AM= Nc 3N RYM SIRMI rft QAEF9. Tx 730X PH M7-=-ZM FAX 417-M-4M REV, 6-11-09 "�.. fC SNAUN SPOONO r r v rr z L rr Village Creek Reclaimed Water Project Parcel # 24 DOE # 6096 4300 North Collins Street Tract 2, G.W. Couch Survey, Abst. No. 278 Fort Worth, Texas 76155 STATE OF TEXAS § COUNTY OF TARRANT § RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT DATE: August , 2009 GRANTOR: EXPLORER PIPELINE COMPANY GRANTOR'S MAILING ADDRESS (including County): P. O. BOX 2650 TULSA, TULSA COUNTY, OK 74101-2650 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and, sufficiency of which is hereby acknowledged, for installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of no more than two water -transmission mains and related underground facilities with above -ground appurtenances — a reclaimed -water main and a salt -water main —in, under, and across the described property. EASEMENT PROPERTY: Being a tract of land situated in the G.W. Couch Survey, Abstract No. 278, being part of the same 2.735-acre tract as recorded in Tan -ant County, Clerk's Instrument No. D207407767, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibit "A" and depicted in plat of Exhibits "A" and "B," attached and incorporated for all pertinent purposes. (Property) Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive, ,%..i perpetual ease,nent on, over; under, through. and across the G ai.tor's Property for the installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of two (2) pipelines for (i) a reclaimed -water main and (ii) -a salt -water main hereafter referred to as "Facilities." The Facilities include all incidental underground and above -ground appurtenances, attachments, equipment and appurtenances, connections, structures, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, over, upon, under, along,, through and across a portion of the property and more fully described in Exhibit "A" and depicted in plat of Exhibits "A" and "B," attached and incorporated for all pertinent purposes, together with the right and privilege at any and all times to enter property, or any part thereof (subject to Grantor's security limitations), for the purpose of installing, constructing, reconstructing, operating, maintaining, replacing, upgrading, and repairing the Facilities. Grantor (i) shall not use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (ii) erect or permit to be erected within the easement area a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor may grant other utility providers the right to cross the Property only if the crossing is at an angle between 45' and 900. In addition, Grantor shall be permitted to maintain one or more concrete driveway(s) or road(s) on the Property; provided, however, that the crossing is at an angle between 450 and 900, that the crossing does not interfere with the operation and maintenance of any pipeline, and that the Grantor has submitted plans for the proposed construction to the Grantee for approval, which approval will not be unreasonably withheld. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any landscaping, sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement. Grantee's reclaimed -water main and salt -water main will be separated no less than two feet (2'). In addition, Grantee will provide a six-inch (6") wide burial warning tape, twelve to eighteen inches (12"-18") above all new non-metallic lines and extend within twenty-five feet (25") of any existing buried line. Where physically possible, signs shall be installed at each edge of the easement right-of-way to locate and identify the owner, type of service, and emergency phone numbers. Grantee shall include the following warning on all documents containing reference to this easement: WARNING!!! EXPLORER PIPELINE COMPANY BURIED HIGH- PRESSURE -PETROLEUM -PRODUCTS PIPELINE. CONTACT 918- 591-3162 48 HOURS BEFORE CROSSING LINE WITH HEAVY EQUIPMENT OR BEFORE ANY CONSTRUCTION NEAR LINE. Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement, Parcel 24 Page 2 TO HAVE AND TO HOLD the above -described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its. successor and assigns to warrant and forever defend all and singular the easement unto Grantee,- its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof arising by, through or under Grantor, but not otherwise. This easement and Grantor's warranty of title are expressly subject to all matters of public record in Tarrant County; Texas, to the extent that such matters affect the Property. When the context. requires, singular nouns and pronouns include the plural. GRANTEE City of Fort Worth LIM Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: GRANTOR EXPLORER PIPELINE COMPANY, a Delaware Corporation By: Rodney E. Sands President Permanent Reclaimed -Water Pipeliac Easement and Salt -Water Pipeline Easement. Parcel 2-4 Page 3 After recording return to: City of Fort Worth Right of Way and Easement 1000 Throckmorton Street Fort Worth, Teas 76102 ACKNOWLEDGEMENT STATE OF OKLAHOMA § COUNTY OF TULSA § *4ftple . BEFORE ME, the undersigned authority, a Notary Public in and for the State of Oklahoma, on this day personally appeared Rodney E. Sands, President, on behalf of Explorer Pipeline Company, a Delaware corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Explorer Pipeline Company, for the purposes and consideration therein expressed and in the capacity therein stated. IVE UNDER MY HAND AND SEAL OF OFFICE this /'�//C�;day of 12009. KATRtNlq M. MOSS Notary PubUC-State of Oklahoma Tulso county Corruntsston * 06001721 _ My Con'0T"0n Expke$ Feb 13, 2010C-111ary Public in and for the State of Oklahoma ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Femando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2009. Notary Public in and for the State of Texas Permanent P,cclaimed-Water Pipeline Easement and Salt -Water Pipeline Easement, Parcel 2-4 Page 4 EXHIBIT "A" Being a variable width permanent reclaimed water pipeline and salt water pipeline easement situated in the G.W. Couch Survey, Abstract Number 278, City of Fort Worth, Tarrant County, Texas, also being a portion of that same 2.735 acre tract of land conveyed to EXPLORER PIPELINE CO. by warranty deed as recorded in Tarrant County Clerks Instrument No. D207407767, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being. herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said 2.735 acre tract, same being the north right-of-way. line of Mosier Valley Road, being a variable width right-of- way; THENCE North 77'52'14" East a distance of 60.41 feet to a point; THENCE North 89°26'23" East a distance of 567.94 feet to a point; THENCE North 44°26'23" East a distance of 46.07 feet to a point; THENCE East a distance of 59.51 feet to a point on the east property line of the said 2.735 acre tract, same being the west right-of-way line of State Highway 157, being a variable width right-of-way; THENCE South 00°16'06" East, along the said east property line and along the said west right-of-way line, a distance of 8.06 feet to a TXDOT Monument found at an east property corner of the said 2.735 acre tract; THENCE South 50°03'43" West, continuing along the said property line and along the said right-of-way line, a distance of 26.39 feet to a point; THENCE West a distance of 28.81 feet to a point; THENCE South 44°26'23" West a distance of 37.70 feet to a point on the said south property line, same being the said north right-of-way line of Mosier Valley Road; THENCE North 89°55'50" West, along the said south property line and along the said north right-of-way line, a distance. of 643.33 feet to the Point of Beginning containing 0.271 acres (11,787.8 Sq. Ft.) of land more or less. 0 F TF ((E�RIC ...............SHAUN SPOONER .................... REVISED: 2-23-09= �••' � PARCEL 2-4 - Pg. 5 of 7 EXHIBIT "B" Being a variable width temporary construction easement situated in the G.W. Couch Survey, Abstract Number 278, City of Fort Worth, Tarrant County, .Texas, also being a portion of that same 2.735 acre tract of land conveyed to EXPLORER PIPELINE CO. by warranty deed as recorded in Tarrant County Clerks Instrument No. D207407767, Deed Records of Tarrant County, Texas (D:R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said 2.735 acre tract, same being the north right-of-way line of Mosier Valley Road, being a variable width right-of-way; THENCE North 89°55'50" West along the said property line and along the said right-of-way line a distance of 118.31 feet to a point; - THENCE North 77°52'14" East a distance of 178.58 feet to a point; THENCE North 89026'23" East a distance of 560.12 feet to a point; THENCE North 44026'23"East adistance of 46.21 feet to a point; THENCE East a distance of 67.27 feet to a point on the east property line of the said 2.735 acre tract, same being the west right-of-way line of State Highway 157, being a variable width right-of-way; THENCE South 15°14'18" East, along the said east property line and along the said west right-of-way line, a distance of 10.14 feet to a TXDOT Monument found at an east property corner of the said 2.735 acre tract; THENCE continuing along the said property line and along the said right-of-way line South 00°16'06" East a distance of 15.22 feet to a point; THENCE West a distance of 59.51 feet to a point; THENCE South 44°26'23" West a distance of 46.07 feet to a point; THENCE South 89°26'23" West a distance of 567.94 feet to a point; THENCE South 77052'14" West a distance of 60.41 feet to the Point of Beginning containing 0.456 acres (19,846.3 Sq. FL) of land more or less. .......................... ERIC SHAUN SPOONER REVISED:2-23-09 �PT 2o�/1 PARCEL 2-4 — Pg. 6 of 7 i No. IL1 IL2 LJ L4 L5 IL6 L7 L8 L9 L10 L I I DIRECTION N77'52'14't N44 26'23'E" EAST 500' 16'06'E" 550'03'43'1N WEST S44'26'23'W N44 26'23't EAST S15'14'18'E S00' 16'06'E DIST- 60.41' 46, 07' 59.51 ' 8.06' 26.39' 28.81 ' 37.70' 46,21 ' 67.27' 10.14' 15.22' LOT 1, BLOCK 1 ARCO ADDITION CAB. A, SLIDE 617 P.R. T. C. T. PLAT OF EXHIBITS "A" 'B" SEE ATTACHED LEGAL DESCRIPTIONS ON PAGE 5 AND 6 OF EXHIBITS 'A,& B'" HEREIN EXHIBIT S " j TEMPORARY VARIABLE WIDTH CONSTRUCTION EA SEMEN T 0.456 ACRES (19, 846. J SO. FT.) � TXD0T MONUMENT LINE Y TO R'0 8'1''OF�i & D o T 0AD � T lyo g OF FORS o.w COY 100 LINE 2.735 ACRES (DEED) m TorR.O.W G W. COUCH SURVEY ABSTRACT No. 278 / EXPLORER PIPELINE COMPANY, INST. No. D207407767 D.R. T C. T N77'52'14 "E �L L3 778.58' N892623'E N89'55'50 "W7 643. 33 N89 55 50 � DETAIL 1 18 31 P.O.B. ,n MOSIER VALLEY ROAD TXDO r MONUMENT 1 EXHIB/Ts A & B VARIABLE 1YIDTH R. 0. W. rYDOT L 9 L 10 _ R. 0. W LINE MONUMENT- 0 120' 240' EXHIBIT "A" / L3 —� 11� PERMANENT VARIABLE WIDTH LOT 1 L� RECLAIMED WATER PIPELINE AND ✓ ✓. WINGFIELD ADDITION �5 L4 I GRAPHIC. SCALE IN FEET SALT` WATER PIPELINE EASEMENT CAB. A, SLIDE 553 L6 1 " = 120' 0.271 A CRES (11, X87.8 SO, FT) P.R. T.C. T. NOTE:THE BASIS OF BEARINGS FOR THIS SURVEY IS ESTABLISHED FROM COORDINATES SHOWN FOR CONTROL POINTS ON SHEETS 4-5 OF THE TRANSYST£M S PLANS FOR THE 36' WATER MAIN £XTENS/ON ALONG 7R1N/TY RAIL WA Y EXPRESS ROW FROM GREENBELT TO FM 157, CONTRACT 1. VILLAGE CREEK RECLAIMED WATER DELIVERY SYSTEM PARCEL NO. 2-4 D.O.E. #P275-705140021330 SURVEY: G.W. COUCH SURVEY, ABSTRACT No. 278 PERMANENT RECLAIMED WATER PIPELINE AND SALT WATER LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS WHOLE PROPERTY ACREAGE: 2.735 ACRES (DEED) PIPELINE EASEMENT S&A JOB NO.: 08--0085 DRAWN BY: J.W,C, EXHIBITS "A"&"B" PAGE 7 OF 7 ATE 01 21-09 CHECKED BY• E S S SPOONER k ASSOC., INC. 309 BYERS STREET, #100, EULESS, TX 76039, PH 817-281-2355 FAX 817-685-8508 REV., 2-23-09 0 FS TER T � Q.� 1 Fo •.9 ERIC SHAUN SPOONER Village Creek Reclaimed Water Project - Parcel # 2-5 Doc # 6096 3900 Block of South Euless Main Street Fort Worth, Texas 76040 STATE OF TEXAS COUNTY OF TARRANT RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT DATE: 8-7-2009 GRANTOR HATTON W. SUMNERS FOUNDATION FOR THE STUDY AND TEACHING OF THE SCIENCE OF - SELF-GOVERNMENT, INC. GRANTOR'S MAILING ADDRESS (including County): GRANTEE: GRANTEE'S MAILING ADDRESS (including County): 325 N. SAINT PAUL ST. STE 3920 DALLAS, DALLAS COUNTY, TX 75201 CITY OF FORT WORTH 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, for installation, construction, operation, maintenance, replacement, upgrade, and repair of no more than two water -transmission mains and related facilities —a reclaimed -water main and a salt -water main with a diameter not to exceed 24 inches —in, under, and across the described property. EASEMENT PROPERTY: Being a portion of that certain tract situated in the James R. Newton Survey, Abstract No. 1170, being part of the 73.868 acre tract as recorded in Volume 13589, Page 161, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibit "A", attached and incorporated for all pertinent purposes. (Property) RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT Page 1 848920v.3 Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive perpetual -- easement on, over and through the property for the installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of no more than two (2) pipelines of a diameter of no more than 24 inches for (i) a reclaimed -water main and (ii) a salt -water main hereafter referred to -as "Facilities." The Facilities include all incidental underground and aboveground attachments, equipment and appurtenances, connections, structures, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, over, upon, under, along, through and across a portion of the property and more fully described in Exhibit "A" and depicted in plat of Exhibits "A" & `B", attached and incorporated for all pertinent purposes, together with the right and privilege at any and all times to -enter property, or any part thereof, for the purpose of installing, constructing, reconstructing, operating, maintaining, replacing, upgrading, and repairing the Facilities. Grantor (i) shall not use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (ii) erect or permit to be erected within the easement area a permanent structure or building. However, Grantor shall be permitted to install and maintain paved driveway and parking areas, signs, walls, fences, and water, sewer, gas, - electric, cable TV or other utility lines, on the condition that plans for such installations are submitted for approval by Grantee thirty (30) or more days prior to commencement of construction, and on the further condition that such plans shall be modified to accommodate any reasonable objection of Grantee pertaining to interference- with Grantee's use of the easement granted herein. Grantee shall be obligated to restore the surface of the property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement. Grantee shall be entitled to_ install its own lock on any fence gates installed by Grantor. Grantor and Grantor's successors and assigns shall have the right to tap into the reclaimed -water main at a location within the Property for the purpose of providing irrigation to the 73.868 acre tract within which the Property is located pursuant to the then current rules and regulations promulgated by Grantee, and Grantee shall cooperate in enabling such tap to be installed. The pipeline constructed hereunder shall be installed at a depth of four (4) feet or more below grade level. Grantee will construct and maintain soil conservation devices on the Property as may be reasonably required to prevent damage to the property of Grantor from soil erosion resulting from operations of Grantee hereunder. Grantee accepts the easement and its condition, "as -is" as being suitable for Grantee's purposes, and Grantor makes no warranty of the condition of said land. RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT Page 2 848920v.3 �%"' If Grantee should permanently abandon the use of said pipelines and appurtenances constructed upon said land, all rights of Grantee herein shall ipso facto terminate and revert to Grantor, his heirs, legal representatives, and assigns. Grantee shall have the right within two years following any termination of this easement to remove its pipe, valves and all other property. Following the expiration of such period, any such property remaining on said land shall, at Grantor's option, be and become the property of Grantor. If no pipeline or appurtenances are installed on the land as described herein within five years from the date hereof, all rights of Grantee hereunder shall ipso facto terminate and revert to Grantor, his heirs, legal representatives and assigns. TO HAVE AND TO HOLD the above -described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whosoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR Hatton W. Summers Foundation for the Study and Teaching of the Science of Self - Government, Inc. a Texas nonprofit corporation J s Cleo Thom so Jr/, Char c ! P � , GRANTEE City of Fort Worth MIS Fernando Costa, Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT Page 3 848920v.3 ACKNOWLEDGENIENT STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared James Cleo Thompson, Jr., Chairman of Hatton W. Sumners Foundation for the Study and Teaching of the Science of Self -Government, Inc., a Texas nonprofit corporation, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that the same was the act of Hatton W. Sumner Foundation for the Study and Teaching of the Science of Self -Government, Inc. and that he executed the same as the act of said nonprofit corporation for the purposes and consideration therein expressed and in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of �11 14J P , 2009. �NWYnni y. WENDY YVE1ir WERNER Notary Public ' aAd for the State of Texas Notary Pubk. State of Texas , (Noy : _ 9 �4 My Commission Expires My Commission Expires: I V/S�a „o December 15. 2011 ,. • /Vf 9h Tti1i`wlllh �.l', .�. /A�? a,., .,— ,. ,. , nr ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City the of the City of Fort Worth, known to me to be the person and officer whose name is subscribed. to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein. expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ day of , 2009. (Notary Seal) Notary Public in and for the State of Texas My Commission Expires: RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT Page 4 848920v.3 `' Village Creek Reclamation Parcel # 2-5A Doe # P275-705140021330 4301 N. Collins Street Tract 2B, James 1L Newton Survey, Abst No. 1170 Fort Worth, TX STATE OF TEXAS § COUNTY OF TARRANT § RECLAIMED -WATER LINE AND SALT -WATER LINE TEMPORARY CONSTRUCTION EASEMENT DATE: July 23, 2009 GRANTOR: HATTON W. SUMNERS FOUNDATION FOR THE STUDY AND TEACHING OF THE SCIENCE OF SELF- GOVERNMENT, INC. GRANTOR'S MAILING ADDRESS (including County): 325 N. SAINT PAUL ST. STE 3920 DALLAS, DALLAS COUNTY, TX 75201-3821 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT AREA: See Exhibits "A" and "B", attached and incorporated for all pertinent purposes. Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns. an exclusive temporary construction easement in, under, and through the property for the installation, construction, reconstruction, operation, maintenance, replacement, upgrade, -and repair of '*%wool multiple .pipelines for a reclaimed -water main. Upon completion of the construction of the reclaimed -water main, all rights granted within the temporary construction easement shall cease, and all operations, maintenance and repair shall be confined to the permanent easement for the reclaimed -water main. TO HAVE AND TO HOLD the above -described temporary construction easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind -itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR Hatton W. Sumners Foundation for the Study and Teaching of the Science of Self - Government, Inc., a Texas nonprofit corporation By: i Names es Cleo Thompso , Jr. Title: Chairman GRANTEE City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 2 f ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF DALLAS BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared James Cleo Thompson, Jr., Chairman of Hatton W. Summers Foundation for the Study and Teaching of the Science of Self -Government, Inc., a Texas nonprofit corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Hatton W. Summers Foundation for the Study and Teaching of the Science of Self -Government, Inc. and that he executed the same as the act of said. nonprofit corporation for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN_UNDER MY HAND AND SEAL OF OFFICE this day of Alail-i , 2009. WENDY YVETtE WERNER Notary Public, state of texas = Notary Publicnn Ad for the Stale of/Texas T y, My Commission EVres December 15, 2011 My Commission Expires _ %a�JS�! l ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of 'the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated - GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 720 Notary Public in and for the State of Texas My Commission Expires: Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 3 EXHIBIT "A" Being a 25' wide permanent reclaimed water pipeline and salt water pipeline easement, situated in the James R. Newton Survey, Abstract Number 1170, City of Arlington, Tarrant County, Texas, also being a portion of that same 73.868 acre tract of land conveyed to HATTON W. SUMNERS FOUNDATION FOR THE STUDY AND TEACHING OF THE SCIENCE OF SELF- GOVERNMENT, INC. by special warranty deed as recorded in Volume 13589, Page 161, Deed Records of Tarrant County, Texas (D:R.T.C.T_), said easement being herein more particularly described by metes and bounds as follows: BEGINNING'at a point on the north property line of the said 73.868 acre tract, same being the south right-of-way line of a railroad right-of-way to the cities of Fort Worth and Dallas, said . beginning point being located North- 73°4T15" East a distance of 26.36 feet from a 518" iron rod with -cap stamped "C & B" found at the northwest property comer of the said 73.868 acre tract; THENCE South 02'15'55" West a distance of 98.77 feet to a point at the beginning 9f a curve to the left with a radius of 7,517.79 feet; THENCE in a southerly direction, along the said curve through an arc length of 105.07 feet and across 'a chord bearing South 02'33'07" East, a distance of 105.07 feet to a point; THENCE West a distance of 25.03 feet to a point on the west property line of the said 73.868 acre tract, same being the east right-of-way line of State Highway 157, being a variable width right-of-way, said point also being'at the beginning of a curve to the right with a radius. of 7,542.79 feet; THENCE in a northerly direction, along the said property line, along the said east right-of-way line and along the said curve through an arc length of 105.09 feet and across a chord bearing North 0203236" West, a distance -of 105.09 feet to a TXDOT Monument found at a west property corner of the said 73.868 acre tract; THENCE North 02°15'55" East, continuing along the said property line and along the -said right- of-way line, a distance of 91.38 feet to the said 518" iron rod with cap stamped "C & B" found at the northwest property comer of the said 73.868 acre tract, said point also being at the intersection between the said east right-of-way line and the said south railroad right-of-way line, THENCE North 73°47'15" East, along the said north property line and along the said railroad right-of-way line, a distance of 26.36 feet to the Point of Beginning containing 0.115 acres (5,004.0 Sq. Ft.) of land more or less. REVISED:2-23-09 PARCEL 2-5 -- Pg_ 5 of 7 EXHIBIT "B" Being a 25' wide temporary construction easement situated in the James R. Newton Survey, Abstract Number 1170, City of Arlington, Tarrant County, Texas, also being a portion of that same 73.868 acre tract of land conveyed to HATTON W. SUMN€RS FOUNDATION FOR THE STUDY AND TEACHING OF THE SCIENCE OF SELF-GOVERNMENT, INC. by special warranty deed as recorded in Volume 13589, Page 161, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the north property line of the said 73.868 acre tract, same being the south right-of-way line of a railroad right-of-way to the cities of Fort Worth and Dallas, said beginning point being located North, 7304T15" East a distance of 26.36 feet from a 5/8" iron rod with cap stamped "C & B" found at the northwest property corner of the said 73.868 acre tract; THENCE North 73"47'15" East, along the said north property line and along the said railroad right-of-way line, a distance of 26.36 feet to a point; THENCE South 02*15'55" West a distance of 106.16 feet to a point, said point being at the beginning of a curve to the left with a radius of 7,492.79 feet; THENCE in a southerly direction, along the said curve through an arc length of 130.08 feet and across a chord bearing South 02'39'23" East, a distance of 130.08 feet to a point; THENCE. West a distance of 50.12 feet to a point on the west property line of the said 73.868 �.. acre tract, same being the east right-of-way line of State Highway 157, being a variable width right-of-way, said point also being at the beginning of a curve to the right with a radius of 7,542.79 feet; THENCE in a northerly direction, along the said property line, along the said east right-of-way line and along the said curve through an arc length of 25.04 and acrossa chord bearing North 03*02'15" West, a distance of 25.04 fleet to a point; THENCE East a distance of 25.03 feet to a point, said point being at the beginning of a curve to the right with a radius of 7,517.79 feet; THENCE in a northerly direction, along the said curve through an arc length.of 105.07 feet and across a chord bearing North 02033'07" West, a distance of 105.07 feet to a point; THENCE North 02015'55" East a distance of 98.77 feet to the Point of Beginning containing 0.148 acres (6,439.9 Sq. Ft.) of land more or less. Q ..G�STER * 0)NU, .......................... ERIC SHAUN SPOONER \!� • �-_'_' 2 REVISED: 2-23-09 PARCEL 2-5 -- Pg. 6 of 7 �ie� iai.lidrwl.r dare �Yi�-•—••-.Tie,xi �il�lltirali�Yii�u.ui�d+(rau '—'��Iui.tac.--Je ..fir l l,u n i l� 1!i u PLAT OF'=.EXHIBITs "A"&"B" SEE A TTA CUED LEGAL DESCR1PT70)VS ON PAGE 5 AND 6 OF EXHIBITS A & B" HEREIN .J.,c IY 1111 i.. chi a,l. I i,,,-,I .� 1011 1 LIB 1 1. .. 14 N73'47'15- OOF 26.36' Flo P.O_ B. TO EXH/BITS A" & B" 3 N73"47'15 "E I� CIRF CdtBto �/to to /N EXHIBIT A' PERMANENT 25' AIDE _RECLAIMED PIA TEP PIPELINE AND t� I SALT WATER PIPELINE EASEMENT. en a 115 ACRES (5, 004. 0 SO. FT) :� I h h N I� TXDOT o JAMES R_ MONUMENT (� -WAY To S � & D. FD T WORT If LINE EXHIBIT B A TEMPORARY 25' WIDE CONSTRUCTION EASEMENT 0.148 ACRES (6, 439.9 SO. FT.) 73.868 ACRE (DEED) NEWTON SURVEY, ABS. No. 1170 tPl, ` HA TTON W SUMNERS FOUNDA TION FOR e o I SCIENCE OF SELF GOVE'RNMEN , INC j VOL. 13589, PG. 161 D_R.T.C.T. 1 _ , R = 7517.79' == I L = 105.07' R = 7542.79 CH = S02'33 07 E L = 105.09' CL = 105.07 FT It C CL N0105.096FT L = / I CH CL WEST I R = 7542 79' �ii 25.03' , 0 = 7492.79' 130.08' = 502-39 23 E = 130.08 FT 40' 80' CH = NO3'02'15'W01 CL = 25.04 FT 50.12' WEST'"`" GRAPHIC SCALE IN FEET 1"=40' NOTE. THE BA575 OF BEARINGS FOR TVIS SURVEY IS ESTABU5RED FROM COORDINATES SHOWN FAR CONTROL POINTS ON SHEETS 4-5 OF THE TRANSYSTEa! S PLANS FOR 7HE 36WA TER MAIN EXTFJVSION ALONG TRINITY RAILWAY EXPRESS R.O.W. FROM GREENBELT TO fM 157, CONTRACT 1_ VILLAGE CREEK RECLAB,4ED WATER DELIVERY SYSTEM PARCEL NO. 2-5 p_p_E: #P275-705140021330 SURVEY: JAMES R. NEWTON SURVEY, ABS. No. 1170- LOCATION-- CITY OF ARLINGTON, TARRANT COUNTY, TEXAS PERMANENT RECLAIMED WATER PIPELINE WHOLE PROPERTY ACREAGE: 73.868 - - AND SALT WATER PIPELINE EASEMENT / S&A JOB CHECKED 08-0085 DRAWN BY J_W.C• """" DATE 01-23-09 I CHECKBY. E.S.S. EXHIBiTsA&BPAGE 7 OF 7 SPOONER & ASSOC_, INC. 309 BYERS STREET, #100. EULESS. TX 76039, PH 817-281-2355 FAX 817-68.5 m C� 0 F T ... ...................... ERIC SHAUN SPOONS] REV. 2-23-09 ,%nov, Village Creek Reclaimed Water Project Parcel # 2-6 DOE # 6096 12400 Calloway Cemetery Road Fort Worth, Texas 76040 STATE OF TEXAS § COUNTY OF TARRANT § RECLAIIIMD-WATER LINE AND SALT -WATER LINE EASEMENT DATE: August , 2009 GRANTOR: TXI OPERATIONS, LP GRANTOR'S MAILING ADDRESS (including County): 1341 WEST MOCKINGBIRD LANE DALLAS, DALLAS COUNTY, TX 75247 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, for installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of no more than two water -transmission mains and related underground facilities with above -ground appurtenances — a reclaimed -water main and a salt -water main —in, under, and across the described property. EASEMENT PROPERTY: Being a portion of the remainder of Lot 1, Block 1, TM Calloway, Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 4109, Plat Records, Tarrant County, Texas, and being more particularly described in Exhibit "A", attached and incorporated for all pertinent purposes. (Property) Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive, perpetual easement on, over, under, through, and across the Grantor's property for the installation, construction, reconstruction, operation, maintenance, replacement, 'upgrade, and ..� repair of two- (2) pipelines for (i) a reclaimed -water main and (ii) a salt -water main hereafter referred to as "Facilities." The Facilities include all incidental underground and above -ground appurtenances, attachments, equipment and appurtenances, connections, structures, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, over, upon, under, along, through and across a portion of the property and more fully described in Exhibit "A' and depicted in plat of Exhibits "A" `B" and "C," attached and incorporated for all pertinent purposes, together with the right and privilege at any and all times to enter property, or any part thereof, for the purpose of installing, constructing, reconstructing, operating, maintaining, replacing, upgrading, and repairing the Facilities. Grantor (i) shall not use the Property in any manner which interferes- in any material way or is inconsistent with the rights granted hereunder, or (ii) erect or permit to be erected within the easement area a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor may grant other utility providers the right to cross the Property only if the crossing is at an angle between 45' and 90°. In addition, Grantor shall be permitted to maintain one or more concrete driveway(s) or road(s) on the Property; provided, however, that the crossing is at an angle between 45' and 90', that the crossing does not interfere with the operation and maintenance of any pipeline, and that the Grantor has submitted plans for the proposed construction to the Grantee for approval, which approval will not be unreasonably withheld. - Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any landscaping, sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement. TO HAVE AND TO HOLD the above -described permanent easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever, and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof arising by, through or under Grantor, but not otherwise. This easement and Grantor's warranty of title are expressly subject to all matters of public record in Tarrant County, Texas, to the extent that such matters affect the Property. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement, Parcel 2-6 Page 2 GRANTOR TXI OPERATIONS, LP, a Delaware limited partnership By: TXI Operating Trust, its General Partner By: Name Printed: Trustee GRANTEE City of Fort Worth Fernando Costa Assistant City Manager � APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: After recording return to: City of Fort Worth Right of Way and Easement 1000 Throckmorton Street Fort Worth, Teas 76102 Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement, Parcel 2-6 Pagel ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , on behalf of TXI Operating Trust, general partner of TXI Operations, LP a Delaware limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TXI Operations, L.P. and that he/she executed the same as the act of said limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL, OF OFFICE this day of , 2009. Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known io me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein. stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2009. Notary Public in and for the State of Texas Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement, Parcel 2-6 Page 4 ,%wool Village Creek Reclaimed Water Project Parcel # 2-6A Doe # 6096 12400 Calloway Cemetery Road Fort Worth, Texas 76040 STATE OF TEXAS § COUNTY OF TARRANT § . RECLAIMED -WATER LINE AND SALT -WATER LINE TEMPORARY CONSTRUCTION EASEMENT DATE:. August , 2009 GRANTOR: TXI OPERATIONS, LP GRANTOR'S MAILING ADDRESS (including County): 1341 WEST MOCKINGBIRD LANE DALLAS, DALLAS COUNTY, TX 75247 GRANTEE: CITY OF FORT WORTH. GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT AREA: See Exhibits "A", "B" and "C", attached and incorporated for all pertinent purposes. Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive temporary construction easement in, -under, and through the property for the installation, construction, reconstruction, operation,- maintenance, replacement, upgrade, and repair of multiple pipelines for a reclaimed -water main. Upon the earlier of i) completion and acceptance by the Fort Worth City Council of the reclaimed water line, or ii) December 31, 2011, all rights granted within the temporary construction easement shall cease, and all operations, maintenance and repair shall be confined to the permanent easement for the reclaimed -water main. "*Moll TO HAVE AND TO HOLD the above -described temporary construction easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof arising by, through or under Grantor, but not otherwise. This easement and Grantor's warranty of title are expressly subject to all matters of public record in Tarrant County, Texas, to the extent that such matters affect the Property. When the context requires, singular nouns and pronouns include the plural. GRANTEE City of Fort Worth LE Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: GRANTOR M OPERATIONS, LP, a Delaware limited partnership By: TM OPERATING TRUST, its General Partner By: Name: Title: Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 2 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of TXI Operating Trust, general partner of TXI Operations, LP, a Delaware limited partnership, known to me to be the same person whose name is. subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TXI Operations, LP, and that he/she executed the same as the act of said limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2009. Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed- of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2009. Notary Public in and for the State of Texas Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 3 After recording return to: City of Fort Worth Right of Way and Easement 1000 Throckmorton Street Fort Worth, Teas 76102 Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 4 EXHIBIT "A" Being a variable width permanent reclaimed water pipeline water- pipeline and salt water pipeline easement situated in the remainder of Lot 1, Block 1, TXI Calloway, being an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 4109, Plat Records, Tarrant County, Texas and being a portion of the remainder of that same tract of land conveyed to TXI OPERATIONS, L.P., by warranty deed as recorded in Volume 13191, Page 252, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the west property line of the said Lot 1, said beginning point being located South 01 °00'41" East a distance of 81.79 feet from a 4" brass cap found in concrete at a west property corner of the said Lot 1, said beginning point also being on the east right-of-way line of State Highway 157, being a variable width right-of-way; THENCE North 36'15'58" East a distance of 187.91 feet to a point on the north property line of the said Lot 1, same being the south right-of-way line of Calloway Cemetery Road, both being variable width right-of-ways; _THENCE North 89°32'07" East, along the said north property line and along the said south right- of-way line, a distance of 31.15 feet to a point; - THENCE South 36915'58" West a distance of 189.86 feet to a point; THENCE South 03`27'59" East a distance of 364.25 feet to a point; THENCE South 16`12'45" East, a distance of 61.63 feet to a point on the south property line of the said Lot 1, same being the north right-of-way line of a railroad right-of-way conveyed to the City of Fort Worth and the City Of Dallas, by deed as recorded in Volume 7726, .Page 1848, D.R.T.C.T.; THENCE South 73°47'14" West, along the said south property line and along the said north right-of-way line, a distance of 47.13 feet to the southwest property comer of the said Lot 1, same being the intersection between the said railroad right-of-way line and the said east right- of-way line of State Highway 157; THENCE North 04°36'57" West, along the said west property line and along the said east right- of-way line, a distance of 259.16 feet to a 4" Brass cap found in concrete, same being a west property corner of the said Lot 1; THENCE North 04°00'41" West, continuing along the said west property line. and along the said east right-of-way line, a distance of 178.94 feet to the Point of Beginning containing 0.461 acres (20,080.4 Sq. Ft.) of land more or less. �Q- �i.G � 5 T E RFO •�'9 .......................... ERIC SHAUN ...................... SPOONER REVISED: 2-23-09,� PARCEL 2-6 — Pg. 5 of 8 EXHIBIT "B" Being a temporary construction easement situated in the remainder of Lot 1, Block 1, TXI Calloway, being an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 4109, Plat Records, Tarrant County, Texas and being a portion of the remainder of that same tract of land conveyed to TXI OPERATIONS, L.P., by warranty deed as recorded in Volume 13191, Page 252, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said Lot 1, same being the north right- of-way line of a railroad right-of-way conveyed to the City of Fork Worth and. the City of Dallas, by deed as recorded in Volume 7726, Page- 1848, D.R.T.C.T., said beginning point being - located North 73°47'14" East a distance of 47.13 feet from the southwest property corner of the said Lot 1, same being at the intersection between the said railroad right-of-way line and the east right-of-way line of State Highway 157; THENCE North 16°12'45" West a distance of 61.63 feet to a point; THENCE North 03°27'59" West a distance of 364.25 feet to a point; THENCE North 36*15'58" East a distance of 39.11 feet to a point; THENCE South 03°27'59" East a distance of 391.53 feet to a point; y THENCE South 16°12'45" East a distance of 58.84 feet to a point on the said south property line of Lot 1, same being the said north railroad right-of-way line; THENCE South 73047'14" West, along the said south property line and along the said north railroad right-of-way Ilne, a distance of 25.00 feet to the Point of Beginning containing 0.251 acres (10,953.2 Sq. Ft.) of land more or less. 0 F TF ....................... ERIC SHAUN SPOONER F�22 O�/ REVISED: 2-23-09 PARCEL 2-6 — Pg. 6 of 8 EXHIBIT "C" Being a temporary construction easement situated in the remainder of Lot 1, Block 1, TXI Calloway, being an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 4109, Plat Records, Tarrant County, Texas and being a portion of the remainder of that same tract of land conveyed to TXI OPERATIONS, L.P., by warranty deed as recorded in Volume 13191, Page 252, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a 4" Brass cap found in concrete, being a west property corner of the said Lot 1, said property corner being at the southwest end of a right-of-way corner clip located at the southeast corner of the intersection of State Highway 157 and Calloway Cemetery Road, both being variable width right-of-ways; THENCE North 35039'32" East, along the northwest property line of the said Lot 1 and along the said right-of-way corner clip, a distance of 85.20 feet to a north property comer of the said Lot 1, same being the northeast end of the said right-of-way corner clip; THENCE North 89*32'07" East, along the north property line of the said Lot 1, same being the south right-of-way line of said Calloway Cemetery Road, a distance of 62.94 feet to a point; THENCE South 36015'58" West a distance of 187.91 feet to a point on the west property line of the said Lot 1, said point also being on the east right-of-way line of said State Highway 157, being a variable width right-of-way; THENCE North 01 000'41" West, along the said west property line and along the said east right- of-way line, a distance of 81.79 feet to the Point of Beginning containing 0.157 acres (6,820.1 Sq. Ft.) of land more or less. PARCEL 2-6 -- Pg. 7 of 8 PLAT OF EXHIBITs "A""B"&"C" CA�LOWAY CEMETERY ROAD SEE ATTACHED LEGAL DESCRIPTIONS ON PAGE 5, 6 ANO 7 OF EXH/BI IS "A 73 &""C"" HEREIN VARIABLE WIDTH R.O. W. EXHIBI T "'C" L 10 L2 R.O. W LINE O 0 TEMPORARY VARIABLE WIDTH N w CONSTRUCTION EASEMENT �� j tL - O. 157 ACRES (6, 820.1 SO. FT.) Z _ P.O.B. EXHIBIT `C" '� d BRASS CAP SJ64 189, 6,58' o Q LOT 1, BLOCK 1 FND. IN CONC. _ _ p ARCO ADDmON CAB. A, SLIDE 617 P.R.T.C.T. (n P.O. B. EXHIBIT ';4 " �h I N N01 "00'41 V / y 178.94' N z % I CAB. d 4 " BRASS CAP 0 TXDOT ,'a FND IN CONC MONUMENT NO. Ll L2 L3 L4 L5 L6 L7 L8 L9 L10 (31 j I EXHIBIT "A " I PERMANENT VARIABLE WIDTH RECLAIMED WATER PIPELINE AND SALT WATER PIPELINE EASEMENT I 0. 461 ACRES (20, 080. 4 SO. FT.) DIRECTION DIST o N36-15'58'E 187.91 ' ` N89 32'07'E 31.19' rn S 16' 12'45'E 61.63' Q' v S73'47'14'IV 47.13' � �7 N36'15'58'E 39.11 ' S 16.12'45'E 58.84' S73'47'14 "W 25. 00' NO 1 '00'41 V 81. 79' N35'39'32 "E 85.20' N89'32'07'E 62.94' 16.053 ACRES (PLAT) REMAINDER OF LOT 1, BLOCK 1 TXI CALLOWA Y A, SLIDE 4109, P.R. T. C. T. REMAINDER OF TXI OPERA TIONS, L.P. VOL. 13191, PG. 252 D.R. T. C. T. EXHIBIT B" TEMPORARY 25' WIDE CONSTRUCTION EASEMENT 0.251 ACRES (70, 953. 2 SO. FT.) P.D.B. EXHIBIT B" 0 J O TO C0 ,10L. /ENE R p•W TO T'OF,1fA& YAWS RICK WORT1148 FART PG 18 7D R:T C.T NO THE BASIS OF BEARINGS FOR THIS SURVEY IS ESTABLISHED FROM COORD/NA TES SHOW FOR CONTROL POINTS ON SHEETS 4-5 OF THE 7RANSYSTEIl S PLANS FOR THE 36' WAMR MAIN EX7ENSION ALONG TRINITY RAILWAY EXPRESS ROW fROM GREENBELT TO FM 157 CONTRACT 1. VILLAGE CREEK RECLAIMED WATER DELIVERY SYSTEM PARCEL NO. 2-6 D.O.E. #P275-705140021330 SUBDIVISION: TXI CALLAWAY LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PERMANENT RECLAIMED WATER PIPELINE WHOLE PROPERTY ACREAGE: 16.053 ACRES PER PLAT AND SALT WATER PIPELINE EASEMENT S&A JOB NO.: 08-0085 DRAWN BY J-W.C• EXHIBIT "A""B"&"C" PAGE 8 OF 8 DATE: 2-06-09 CHECKED BY- E S S ERIC SHAUN Sf OONEI SPOONER & ASSOC.. INC. 309 BYERS STREET,. #100. EULESS, TX 76039, PH 817-281-2355 FAX 817-685-856 REV. 2-23-09 C. ' Village Creek Reclaimed Water Project Parcel # 3-1 Doe # P275-705140021330 3600 Block of South Euless Main Street Fort Worth, Texas 76040 STATE OF TEXAS § COUNTY OF TARRANT § RECLAIMED -WATER LINE AND SALT -WATER LINE EASEMENT DATE: July 24, 2009 GRANTOR: T.J.L. GRAVEL COMPANY, L.P. GRANTOR'S MAILING ADDRESS (including County): ROUTE 30 & COUGER R02 JOLIET, KENDALL COUNTY, ILLINOIS 60432 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH; TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, for installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of no more than two water -transmission mains and related facilities —a reclaimed -water main and a salt -water main -on, under, across, and through the described property. EASEMENT PROPERTY: Being a portion of that certain tract situated in the Richard H. Calloway Survey, Abstract No. 337, and being that same tract of land conveyed to T.J.L. Gravel Company. L.P., recorded in Tarrant County Deed Records Office, Instrument Number D197036720, Tarrant County, Texas, and being more particularly described in Exhibits "A" and `B", attached and incorporated for all pertinent purposes. (Property) Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive, Vftwl perpetual easement on, under, across, and through the Property for the installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of pipelines for (i) a reclaimed -water main and (ii) a salt -water main hereafter referred to as "Facilities." The Facilities include all incidental underground and aboveground attachments, equipme ft and appurtenances, connections, structures, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, over, upon, under, along, through and across a portion of the Property, together with the right and privilege at any and all times to enter Property, or any part thereof, for the purpose of installing, constructing, reconstructing, operating, maintaining, replacing, upgrading, and repairing the Facilities. Grantor (i) shall not use or allow use of the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (ii) erect or permit to be erected within the Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this easement. Grantor may grant other utility providers the right to cross the easement area only (i) if the crossing is at an angle between 450 and 90' and (ii) if the crossing is below the reclaimed -water main and salt -water main pipelines with a clearance of five feet. At least 30 days before the date on which construction of an asphalt or concrete road or street that will be located wholly or partly on or over the reclaimed -water main and salt -water main pipelines is scheduled to begin, the Grantor or its successors and assigns must submit plans for the proposed construction to the Grantee. TO HAVE AND TO HOLD the above -described permanent exclusive easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement to Grantee, its successor and assigns, against every -person whomsoever lawfully claiming or to claim the same, -or any part thereof Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 2 r When the context requires, singular nouns and pronouns include the plural_ [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Reclaimed -Waxer Pipeline Easement and Salt -Water Pipeline Easement Page 3 GRANTOR T.J.L. GRAVEL COMPANY, L.P. an Illinois limited partnership By: T.1_L. Materials, Inc., an Illinois corporation, its general partner By: Printed Name Title GRANTEE City of Fort Worth By: Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 4 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared . known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed. and in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 120 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City.of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 120 Notary Public in and for the State of Texas Permanent Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 5 EXHIBIT "A" Being a 25' wide permanent reclaimed water pipeline and salt water pipeline easement situated in the Richard H. Calloway Survey, Abstract Number 337, City of Fort Worth, Tarrant County, Texas and being a portion of those same tracts of land identified as 'Tract One and Tract Two" as conveyed to T.J.L. GRAVEL COMPANY, L.P. by special warranty deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D197036720, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being. herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said Gravel Company tract, said point being located North 74°12'51" East a distance of 55.12 feet from a PK Nail with shiner found at the southwest property corner of the said "Tract Two" of the Gravel Company tract, said beginning point being on the north right-of-way line of a railroad right-of-way dedicated to the City of Fort Worth and the City of Dallas by deed as recorded in Volume 7726, Page 1848, D.R.T.C.T. THENCE North 00°0645" West 118.78 feet to a point in a south chain link fence line; THENCE North 20°02'44" East, -generally along the said fence line, 72-55 feet to a point; THENCE South 00`0645" East 179.86 feet to a point on the said south property line of the Gravel Company tract, same being the said north railroad right-of-way line; THENCE South 74°12'51" West, along the said property line and along,the said right-of- ...i way line, 25.97 feet to the Point of Beginning containing 0.086 acres (3,733.0 Sq. Ft) of land more or less. tE O F rF' P G+ST�RFo ERIC SNAUN REVISED: 6-23-09 ,..:..... _ _ .............. SPOONER of S + OAP 0� PARCEL 3-1 — Pg. 1 of 8 SMOKE TREE 7R4I1 LOT 49 �� s� �� �� Ij 77 STONE CREEK ADDITION %Z " IRF p o.B. PLAT OF EXHIBITS A B C CAB. A sLa 519J �o EXHI8IT SEE ATTACHED LEGAL DESCRIPTION C. T. Y BLK. D LOT 46 '"B I ON PA GEs 5-8 OF EXHIBITS A " B " "'C" HEREIN LOT 47 , %1 ^ IRF o BLK D L s ; No. DIRECTION DIST. PROPERTY UNE L 1 NOO'06'45 "W 118.78' r` N4 L2 N20'02'44 E 72.55' 10 SOO'06 45'E 1.79.86' L 10 o i so' 300' J L 4 S74' 12 51 W 25.97' � J LS N74' l2 51 E 55.12 " p L6 N89'54 41 V 25.49' ai GRAPHIC SCALE IN FEET L7 S03' 18 46 E 74.73' 1t i" = 150' d IZ8 Nog, 1700lY 57.37' L9 NO3' 18'46 W 75.30' L 10 S89'54 41 E 25.04' EXH/BIT "B " L 11 N00'06 45 V 26. 68' PERMANENT 25' WIDE L 12 574' 12'51 'W 28.18' RECLAIMED WATER PIPELINE AND SALT WATER PIPELINE EASEMENT SOD 54'08 l Y 0.288 ACRES (12,551.1 SO. FT) 322.95' RICHARD H. CALLOWAY SURVEYco ABSTRACT No. 3,37 . PROPERTY LINE PORTION OF TRACT 6 CALLED 45..744 ACRES (TAD) h R = 499.26' TARRANT WDUSTR14L PARK & 0. 474 ACRES TRACT TWO) o L CH = 158.6s1D•0o''°L' 3 P R 1C TPr; 69 ( o = 23w T.J.L. GRAVEL COMPANY, L.P. Cl 158 00 FT 5.459 ACRES (DEED) T.C.C.I.No. 0197OJ6720 LEG4CY HOLDINGS, LL.C. D.R. T.C. T. TC.CLNo- D205052118 ,"wife PK NAIL FND (X EX CHAINUNK FENCE W/SHINNER ,EX. WIRE FENCE l ExillelT dA A' UNE -`� PERMANENT 25' WIDE PK NAIL FND. j RECLAIMED WA7ER PIPELINE AND W/Si#NNER / < SALT WATER PIPELINE EASEMENT R = 297.56' - j 0.086 ACRES (3,7J3.0 SO. FT) CH = N15'0626 E L 12 -_. - PROPERTY LINE of-wAY To LAS pAL CL = 103.34 FT L 1 I / plGHr' TH D W�843 OA RT 1ME PK NAIL FND. i5 L4 f�AITLy o� �� z' �GT W V W/SHINNER / P.O. B. h{£ VOL D.fi, t EXHIBIT C" EXHIBITS ONE TEMPORARY 25' "WIDE yA & C" NgGEUAN PIPELINE COMPANY, LP R'0 W CONSTRUCTION EASEMENT /Nsr. No. 0204331572 D.R_T.C.T 0.052 ACRES (2,284.8 SO. FT.) 1 . NOTE THE' RA-TS OF BEARINGS FOR 7MS SW KY /S ESTABLISHED FROV DEED BEARINGS AS SHO)IN ON T.CG1.Na. D197OJ6720, DRT.CT. 8E7W-BV AIONUUDJVTS FOUND ALONG TITE CowcN LANE OF 7RACT ONE AND 7RACT 7w OF 7NE SUB �'CT 7RACT. F . O F.. P.•G15TFa•• -f- �: VILLAGE CREEK RECLAIMED WATER DELIVERY SYSTEM ERIC SHAUN SPOONER PARCEL NO. 3-1 D.O.E. , P275-705140023330 S_.-2.. SURVEY: RICHARD H. CALLOWAY SURVEY, ABS_ No_ 337 r - -)CATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PERMANENT RECLAIMED WATER PIPELINE ..HOLE PROPERTY ACREAGE: 46.218 ACRES PER (TAD) AND SALT WATER PIPELINE EASEMENT S&A JOB NO.: OB--0085 DRAWN BY: E.S.S. EXHIBITS 'A" 'B" "C" PAGE 8 OF 8 DATE: 2-2-09 CHECKED BY: E.S.S. SPOONER do ASSOC., INC. 309 BYERS STREET. #100. EULESS. TX 76039. PH 817-281-2355 FAX 817-685- B REV. 6-23-09 .I-i. 1.I..1.." i 1 . .. .. t. —.111 ... . Ci . 1. 1.. 1 . 1. di." • .i .. " i d., A. i I • . .i,— . i" 1 1. Village Creek Reclaimed Water Project Parcel # 34A Doe #t P275-705140021330 3600 Block of South Euless Main Street Fort Worth, Texas 76040 STATE OF TEXAS § COUNTY OF TARRANT § RECLAIMED -WATER LINE AND SALT -WATER LINE TEMPORARY CONSTRUCTION EASEMENT DATE: July 24, 2009 GRANTOR T.J.L. GRAVEL COMPANY, L.P. GRANTOR'S MAILING ADDRESS (including County): ROUTE 30 & COUGER Rfd 2 JOLIET, KENDALL COUNTY, ILLINOIS 60432 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT AREA: See Exhibits "A'', "B" and "C", attached and incorporated for all pertinent purposes. Grantor, for the considerations paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, and its assigns an exclusive temporary construction easement in, under, and through the property for the installation, construction, reconstruction, operation, maintenance, replacement, upgrade, and repair of multiple pipelines for a reclaimed -water main. Upon completion of the construction of the reclaimed -water main, all rights granted within the temporary construction easement -Shall cease, and all operations, maintenance and repair shall be confined to the permanent easement for the reclaimed -water main. TO HAVE AND TO HOLD the above -described temporary-, construction easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto- Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. GRANTOR T.J.L. Gravel Company, L.P., an Illinois Limited partnership By: T.J.L. Materials; Inc., an Illinois corporation, its General Partner By: Printed Name: Title: GRANTEE City of Fort Worth By: Fernando Costa. Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney Date: Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 2 ACKNOWLEDGEMENT STATE OF ILLINOIS § COUNTY OF KENDALL § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of T.J L. Materials, Inc., an Illinois corporation, general partner of T.J.L. Gravel Company, . L.P., an Illinois limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of T.J.L. Gravel Company, L.P. and that he executed the same as the act of said limited partnership for the purposes and consideration therein expressed and in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAL OF -OFFICE this day of .2009. Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth, a municipal corporation of Tarrant County, Texas, for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2009. Notary Public in and for the State of Texas Temporary Reclaimed -Water Pipeline Easement and Salt -Water Pipeline Easement Page 3 EXHIBIT "A" Being a 25' wide permanent reclaimed water pipeline and, salt water pipeline easement situated in the Richard H. Calloway Survey, Abstract Number 337, City of Fort Worth, Tarrant County, Texas and being a portion of those same tracts- of land identified as `wool "Tract One and Tract Two" as conveyed to T.J.L. GRAVEL COMPANY, L.P. by special warranty deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D197036720, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said Gravel Company tract, said point being located North 74012'51" East a distance of 55.12 feet from a PK Nail with shiner found at the southwest property corner of the said "Tract Two" of the Gravel Company tract, said beginning point being on the north right-of-way line of a railroad right-of-way dedicated to the City of Fort Worth and the City of Dallas by deed as recorded in Volume 7726, Page 1848, D.R.T.C.T. THENCE North 00'006'45" West 118.78 feet to a point in a south chain link fence line; THENCE North 20002'44" East, generally along the said fence line, 72.55 feet to a point; THENCE South 00°06'45" East 179.86 feet to a point on the said south property line of the Gravel Company tract, same being the said -north railroad right-of-way line; THENCE South 74*12'51" West, along the said property line and along the said right-of- way line, 25.97 feet to the Point of Beginning containing 0.086 acres (3,733.0 Sq. Ft.) ...i of land more or less. 0 F T \ G\STERff- i- REVISED:6-23-09 ERic SHAUN SPOONER ,"Noe PARCEL 3-1 Pg. 1 of 8 - EXHIBIT "B" Being a 25' wide permanent reclaimed water pipeline and salt water pipeline easement situated in the Richard H. Calloway Survey, Abstract Number 337, City of Fort Worth, Tarrant County, Texas and being a portion of that same tract of land identified as "Tract .Moe One and Tract Two" as conveyed to T.J.L. GRAVEL COMPANY, L.P. by special warranty deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D197036720, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the north property line of the said Gravel Company tract, said point being located North 89'54'41" West a distance of 25.49 feet from the northeast property comer of the said "Tract One" of the Gravel Company tract; THENCE South.03'18'46" East, generally along an existing wire fence line, 74.73 feet to a point; THENCE South 00'54'08" West, continuing generally along the said fence line, 322.95 feet to a point at the beginning of a curve to the right having a radius of 499.26 feet; THENCE continuing generally along the said fence line in a Southerly direction along the said curve through an arc length of 158.66 feet and across a chord bearing South 10'00'23" West 158.00 feet to a point located North 09°17'00" West a distance of 57.37 feet from a PK Nail with shiner found; THENCE North 00'54'08" East 478.04 feet to a point; ...� THENCE North 03018'46" West 75.30 feet to a point on the said north property line of the Gravel Company tract; - THENCE South 89'54'41" East, along the said property line, 25.04 feet to the Point of Beginning containing 0.288 acres (12,551.1 Sq. Ft.) of land more or less. or �� rF 4-.•y�s TEB'•. -f' REVISED: 6_23,-09 ERIC SHAUN SPOONER V4 22 1 PARCEL 3-1 — Pg. 2 of 8 EXHIBIT "C" Being a 25' wide temporary construction easement situated in the Richard H.- Calloway Survey, Abstract Number 337, City of Fort Worth, Tarrant- County, Texas and being a ..v, portion of that same tract of land identified as "Tract One and Tract Two" as conveyed to T.J.L. GRAVEL COMPANY; L.P. by special warranty deed as recorded in Tarrant County Clerk's Instrument Number (T.C.C.I.No.) D197036720, Deed Records of Tarrant County, Texas (D.R.T.C.T.), said easement being herein more particularly described by metes and bounds as follows: BEGINNING at a point on the south property line of the said Gravel Company tract, said point being located North 74°12'51" East a distance of 55.12 feet from a PK Nail with shiner found at the southwest property corner of the said °Tract Two" of the Gravel Company tract, said beginning point being on the north right-of-way line of a railroad right-of-way dedicated to the City of Fort Worth and the City of Dallas by deed. as recorded in Volume 7726, Page 1848, D.R.T.C.T. THENCE South 74°12'51" West, along the said south property line and along the said north railroad right-of-way line, 28.18 feet to a point in an existing chain link fence line; THENCE North- 00°06'45" West, generally along the said fence line, 26.68 feet to a point at the beginning of a curve to the right having a radius of 297.56 feet; THENCE, generally along the said fence line, in a Northerly direction along the said curve through an arc length of 103.86 feet and across a chord bearing North 15°06'26" East 103.34 feet to a point; THENCE South 00°0645" East 118.78 feet to the Point of Beginning containing 0.052 acres (2,284.8 Sq. Ft.) of land more or less. - �F OF T REVISED: 6-23-09 t ERIC SHAUN_.SPCCNER \ 2 � �10 ii PARCEL 3-1 — Pg. 3 of 8 i i i I i i l i p i i.i iii/ ii i III I JI I l i I I i SMOKE TREE TRAIL LOT 49 STONE CREEK ADDITION y, ^ ;RF P.O. B. PLAT OF EXHIBITs "A" "B" "C)' CA6 A SL0. 5193 p EXHIBIT SEE ATTACHED LEGAL DESCRIPTION c r. LDT 48 LOT 47 BLK. D M ON PAGES 5-8 OF EXHIBITS "A" B" C'" HEREIN B %2 IRE BLK. D � 6 No. DIRECTION DIST PROPERTY LINE C►� 1 L 1 NOO.06 45 W 118. 78' f - L2 N20'02 44 — 72.55' L3 SOO-06 45C 179.86' L 1 / L4 S74-12 51 'W 25.97' 0 150' 300' L5 N74' 12 51 '£ 55.12' O IL6 A/89 54 41 'W 25. 49' GRAPHIC SCALE 1N FEET I v so3-18'4s"E 74.73' 1 " = i 50' tq I L8 N09' 17'00'W 57-57' L9 NO3.18 46 W 75 30' L 10 S89'54 41 E 25.04 ' EXHIBIT bBp - L11 NOO'06'45'W 26.68' PERMANENT 25' WIDE �: L 12 S74-12'S1 W 28 18' RECLAIMED WATER PIPELINE AND - SALT WATER PIPELINE EASEMENT %= S00154'08V 0.288 ACRES (12, 551.1 SO. FT.) j _ 322. 95' RICHARD R CALLOWAY SURVEY ABSTRACT No. 337 PROPERTY LINE PORTION OF TRACT S CALLED 45..744 ACRES (TAD) h % R = 499-25' TARRANT INDUSTRIAL PARK do 1.5 0.474 ACRES TRACT TWO)- o L = S1 ss' VOL 38P R TC TPc. 69 T.J.L. GRAVEL COMPANY, L.P. CL =CH = 158.00 �T 5 459 ACRES (DEED) T. C. C I -No. D197036720 LEG4CY HOLDINGS, L.L.C. D.R. T.C. T. T.C.C.INo D205052118 i D.R.TC.T. wool PK MIL FND EX. 0-WNLINK FENCE W/SHTNNER I / £X. WIRE FENCE I {L EXHIBIT �4 `' PERMANENT 25' WIDE R.o•uV PK NAIL FNU j RECLAIMED WATER PIPELINE AND W/SHWNER �''/� '� SALT WATER PIPELINE EASEMENT R = 297.56' ! : , 0.086 ACRES (3, 733.0 SO FT.) CH = N I I 26 E' L 12 i r PROPERTY LINE _ VIAY TO 05 CL = lOJJ4 FT L 11 RJGNr (iTM & DA AILROAo Rj WO 1648 NE PK NA)L ERD _� Z� P_D.B. tNERG(TMV�L F p 6 T r�T R �.W u EXHIBIT 'C "` EXHI8ffs P.O.W <<NE TEMPORARY 25' WIDE A `� C 'w►c£cItNA� PN a osi67Az LP CONSTRUCTION EASEMENT p.R T.C.T. 0.052 ACRES (2,284.8 SO. FT_) NOTE- 7NE BASIS Ca- BEARINGS FOR THIS SURVEY IS £STAOL15n'ED PROW DEED BEARINGS AS SHOWN ON T C C.I.NO. D1970.16720. D.R. T. C T. 8EDIEEN M0NUM£N7S FOUND ALONG 7HE COMMON LINE OF TRACT ONE AND 7RACT TUO 6F THE SU9.CCT TRACT. ��.. OE.., TF 4 •G,STFq•0 9 VILLAGE CREEK RECLAIlviED WATER DELIVERY SYSTEM ERiC �HAUtJ SPOONER PARCEL No. 3--3 P275-705140021330 ... D.O.E. SURVEY: RICHARD H. CALLOWAY SURVEY. ABS_ No. 337 # 5 2 Y=¢ -OCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PERMANENT RECLAIMED WATER PIPELINE y '� 55il? Q ADLE' PROPERTY ACREAGE: 46.218 ACRES PER (TAD) AND SALT WATER PIPELINE EASEMENT ..... S&A JOB ND_: 08-0085 DRAWN BY. E.S.S. EXHIBITS 'A" 'B" "C' PAGE 8 OF 8 DATE: 2-2-09 I CHECKED BY: E.S.S_ SPODNER do ASSOC., INC 309 BYERS STREET,i00, EULESS, TX 75039, PH 817-281-2355 FAX 817-685-8p08 REV. 6-23-09 iA1.. f. t. . Exhibit C Storm Sewer Improvement and Erosion Control Plans 1- Inlet Protection 2- Silt Fence 3- Stabilized Construction Entrance 4- Erosion Control Plans Storm Drain Inlet Protection Click here to comment on this fact sheet '".. Minimum Measure: Construction Site Stormwater Runoff Control Subcategory: Sediment Control Description Storm drain inlet protection measures prevent soil and debris from entering storm drain drop inlets. These measures are usually temporary and are implemented before a site is disturbed. There are several types of inlet protection: Excavation around the perimeter of the drop inlet: Excavating a small area around an inlet creates a settling pool that removes sediments as water is released slowly into the inlet through small holes protected by gravel and filter fabric. Fabric barriers around inlet entrances: Erecting a barrier made of porous fabric around an inlet creates a shield against sediment while allowing water to flow into the drain. This barrier slows runoff while catching soil and other debris at the drain inlet. There are many different ways to prevent sediment from entering storm drains. Block and gravel protection: Standard concrete blocks and gravel can be used to form a barrier to sediments that permits water runoff to flow through select blocks laid sideways. ''NOV, Sandbags can also be used to create temporary sediment barriers at inlets. For permanent inlet protection after the surrounding area has been stabilized, sod can be installed. This permanent measure is an aesthetically pleasing way to slow stormwater near drop inlet entrances and to remove sediments and other pollutants from runoff. Applicability All temporary inlet protection should have a drainage area no greater than 1 acre per inlet. Temporary controls should be constructed before the surrounding landscape is disturbed. Excavated drop inlet protection and block and gravel inlet protection are applicable to areas of high flow, where drain overflow is expected. Fabric barriers are recommended for smaller, flatter drainage areas (slopes less than 5 percent leading to the drain). Temporary drop inlet control measures are often used in sequence or with other erosion control techniques. Siting and Design Considerations With the exception of sod drop inlet protection, install these controls before any soil disturbance in the drainage area. Excavate around drop inlets at least 1 foot deep (2 feet maximum), excavating a volume of at least 35 yd3 per acre disturbed. Side slopes leading to the inlet should be no steeper than 2:1. Design the shape of the excavated area such that the dimensions fit the area from which stormwater is expected to drain. For example, the longest side of an excavated area should be along the side of the inlet expected to drain the largest area. Stake fabric inlet protection close to the inlet to prevent overflow onto unprotected soils. Stakes should be at least 3 feet long and spaced no more than 3 feet apart. Construct a frame for fabric support during overflow periods, and bury it at least 1 foot below the soil surface. It should rise to a height no greater than `� 1.5 feet above the ground. The top of the frame and fabric should be below the downslope ground elevation to keep runoff from bypassing the inlet. Block and gravel inlet barriers should be at least 1 foot high (2 feet maximum). Do not use mortar. Lay the bottom row of blocks at least 2 inches below the soil surface, flush against the drain for stability. Place one block in the bottom row on each side of the inlet on its side to allow drainage. Place 1/2-inch wire mesh over all block openings to prevent gravel from entering the inlet. Place gravel (3/4 to 1 /2 inch in diameter) outside the block structure at a slope no greater than 2:1. Do not consider sod inlet protection until the entire surrounding drainage area is stabilized. Lay the sod so that it extends at least 4 feet from the inlet in each direction to form a continuous mat around the inlet. Lay the sod strips perpendicular to the direction of flows. Stagger them so that the strip ends are not aligned. The slope of the sodded area should not be steeper than 4:1 approaching the drop inlet. Limitations To increase the effectiveness of these practices, use them with other measures, such as small impoundments or sediment traps (USEPA, 1992). In general, stormwater inlet protection measures are practical for areas receiving relatively clean runoff that is not heavily laden with sediment. They are designed to handle drainage from areas less than 1 acre (CASQA, 2003). To prevent clogging, storm drain control structures must be maintained frequently. If sediment and other debris clog the water intake, drop inlet control measures can actually cause erosion in unprotected areas. Maintenance Considerations Check all temporary control measures after each storm event. To maintain the capacity of the settling pools, remove accumulated sediment from the area around the drop inlet (excavated area, area around fabric barrier or block structure) when the capacity is reduced by half. Remove additional debris from the shallow pools periodically. The weep holes in excavated areas around inlets can become clogged, preventing water from draining out of the pools. If that happens, it might be difficult and costly to unclog the intake. Effectiveness Excavated drop inlet protection can be used to improve the effectiveness and reliability of other sediment traps and barriers, such as fabric or block and gravel inlet protection. The effectiveness of inlet protection alone is low for erosion and sediment control, long-term pollutant removal, and habitat and stream protection. Cost Considerations The cost of implementing storm drain inlet protection measures varies depending on the control measure used. Initial installation costs range from $50 to $150 per inlet depending on the materials used, with an average cost of $100 (USEPA, 1993). Maintenance costs can be high (up to 100 percent of the initial construction cost annually) because of the frequent inspection and repair needs. The Southeastern Wisconsin Regional Planning Commission has estimated the cost of installing inlet protection devices at $106 to $154 per inlet (SEWRPC, 1991). References California Stormwater Quality Association. (CASQA). 2003. Stormwater Best Management Practice Handbook: Construction. [http://www.cabmphandbooks.com/Construction.asp =""T = = ? - ]. Accessed May 8, 2006. SEWRPC (Southeastern Wisconsin Regional Planning Commission). 1991. Costs of Urban Nonpoint Source Water Pollution Control Measures. Technical report no. 31. Southeastern Wisconsin Regional Planning Commission, Waukesha, WI. Smolen, M.D., D.W. Miller, L.C. Wyatt, J. Lichthardt, and A.L. Lanier. 1988. Erosion and Sediment Control Planning and Design Manual. North Carolina Sedimentation Control Commission; North Carolina Department of Environment, Health, and Natural Resources; and Division of Land Resources, Land Quality Section, Raleigh, NC. USEPA (U.S. Environmental Protection Agency). 1992. Stormwater Management for Industrial Activities: Developing Pollution Prevention Plans and Best Management Practices. EPA 832-R-92-006. U.S. Environmental Protection Agency, Office of Water, Washington, DC. USEPA (U.S. Environmental Protection Agency). 1993. Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters. EPA 840-13-92-002. U.S. Environmental Protection Agency, Office of Water, Washington, DC. Silt Fences Click here to comment on this fact sheet Minimum Measure: Construction Site Stormwater Runoff Control Subcategory: Sediment Control Description Silt fences are used as temporary perimeter controls around sites where construction activities will disturb the soil. They can also be used around the interior of the site. A silt fence consists of a length of filter fabric stretched between anchoring posts spaced at regular intervals along the site at low/downslope areas. The filter fabric should be entrenched in the ground between the support posts. When installed correctly and inspected frequently, silt fences can be an effective barrier to sediment leaving the site in stormwater runoff. Applicability Silt fences prevent offsite transport of sediment. Silt fences apply to construction sites with relatively small drainage areas. They are appropriate in areas where runoff will occur as low-level flow, not exceeding 0.5 cfs. The drainage area for silt fences should not exceed 0.25 acre per 100-foot fence length. The slope length above the fence should not exceed 100 feet (NAHB, 1995). Siting and Design Considerations The material for silt fences should be a pervious sheet of synthetic fabric such as polypropylene, nylon, polyester, or polyethylene yarn. Choose the material based on the minimum synthetic fabric requirements shown in Table 1. Table 1. Minimum requirements for silt fence construction (Sources: USEPA, 1992; VDCR, 1995) Physical property Requirements Filtering efficiency I75%-85% (minimum): highly dependent on local conditions Tensile strength at 20/o o (maximum) Standard strength: 30 lb/linear inch (minimum) Elongation Extra strength: 50 lb/linear inch (minimum) Ultraviolet radiation Slurry flow rate 1190% (minimum) 110.3 gal/ft2/min (minimum) If a standard -strength fabric is used, it can be reinforced with wire mesh behind the filter fabric. This increases the effective life of the fence. The maximum life expectancy for synthetic fabric silt fences is about 6 months, depending on the amount of rainfall and runoff. Burlap fences have a much shorter useful life span, usually up to 2 months. The stakes used to anchor the filter fabric should be wood or metal. Wooden stakes should be at least 5 feet long and have a minimum diameter of 2 inches if a hardwood like oak is used. Stakes from soft woods like pine should be at least 4 inches in diameter. When using metal posts in place of wooden stakes, they should weigh at least 1.00 to 1.33 lb/linear foot. If metal posts are used, attachment points are needed for fastening the filter fabric with wire ties. Nawl Erect silt fence in a continuous fashion from a single roll of fabric to eliminate gaps in the fence. If a continuous roll of fabric is not available, overlap the fabric from both directions only at stakes or posts. Overlap at least 6 inches. Excavate a trench to bury the bottom of the fabric fence at least 6 inches below the ground surface. This helps to prevent gaps from forming near the ground surface. Gaps would make I-Auge the fencing useless as a sediment barrier. The height of the fence posts should be 16 to 34 inches above the original ground surface. If standard - strength fabric is used with wire mesh, space the posts no more than 10 feet apart. If extra -strength fabric is used without wire mesh reinforcement, space the posts no more than 6 feet apart (VDCR, 1995). The fence should be designed to withstand the runoff from a 10-year peak storm event. Once installed, it should remain in place until all areas upslope have been permanently stabilized by vegetation or other means. Limitations Do not install silt fences along areas where rocks or other hard surfaces will prevent you from uniformly anchoring the fence posts and entrenching the filter fabric. Installing fences in such an area greatly reduces their effectiveness and can create runoff channels leading offsite. Silt fences are not suitable for areas where large amounts of concentrated runoff are likely. Open, windy areas present a maintenance challenge, too, because high winds can make the filter fabric deteriorate faster. Do not install silt fences across streams, ditches, or waterways (Smolen et al., 1988). When the pores of the fence fabric become clogged with sediment, pools of water are likely to form on the uphill side of the fence. Siting and design of the silt fence should account for this. Take care to avoid unnecessarily diverting stormwater from these pools, causing further erosion damage. Maintenance Considerations Inspect silt fences regularly and frequently, as well as after each rainfall event, to make sure that they are intact and that there are no gaps where the fence meets the ground or tears along the length of the fence. If you find gaps or tears, repair or replace the fabric immediately. Remove accumulated sediments from the fence base when the sediment reaches one-third to one-half the fence height. Remove sediment more frequently if accumulated sediment is creating noticeable strain on the fabric and the fence might fail from a sudden storm event. When you remove the silt fence, remove the accumulated sediment as well. Effectiveness USEPA (1993) reports the following effectiveness ranges for silt fences constructed of filter fabric that are properly installed and well maintained: average total suspended solids removal of 70 percent, sand removal of 80 to 90 percent, silt -loam removal of 50 to 80 percent, and silt -clay -loam removal of 0 to 20 percent. Removal rates are highly dependent on local conditions and installation. Cost Considerations Installation costs for silt fences are approximately $6.00 per linear foot (USEPA, 1992). The Southeastern Wisconsin Regional Planning Commission estimates unit costs between $2.30 and $4.50 per linear foot (SWRPC, 1991). References NAHB (National Association of Home Builders). 1995. Guide for Builders and Developers. National Association of Homebuilders, Washington, DC. Smolen, M.D., D.W. Miller, L.C. Wyatt, J. Lichthardt, and A.L. Lanier. 1988. Erosion and Sediment Control ,%wr Planning and Design Manual. North Carolina Sedimentation Control Commission; North Carolina Department of Environment, Health, and Natural Resources; and Division of Land Resources Land Quality Section, Raleigh, NC. SWRPC (Southeastern Wisconsin Regional Planning Commission). 1991. Costs of Urban Nonpoint 14"Wl Source Water Pollution Control Measures. Technical report no. 31. Southeastern Wisconsin Regional Planning Commission, Waukesha, WI. USEPA (U.S. Environmental Protection Agency). 1992. Stormwater Management for Construction Activities: Developing Pollution Prevention Plans and Best Management Practices. EPA 832-R-92-005. U.S. Environmental Protection Agency, Office of Water, Washington, DC. USEPA (U.S. Environmental Protection Agency). 1993. Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters. EPA 840-B-92-002. U.S. Environmental Protection Agency, Office of Water, Washington, DC. VDCR (Virginia Department of Conservation). 1995. Virginia Erosion & Sediment Control Field Manual. 2nd ed. Virginia Department of Conservation, Division of Soil and Water Conservation, Richmond, VA. Construction Entrances I Click here to comment on this fact sheet 14000, Minimum Measure: Construction Site Stormwater Runoff Control Subcategory: Sediment Control Description The purpose of stabilizing entrances to a construction site is to minimize the amount of sediment leaving the area as mud and sediment attached to vehicles. Installing a pad of gravel over filter cloth where construction traffic leaves a site can help stabilize a construction entrance. As a vehicle drives over the pad, the pad removes mud and sediment from the wheels and reduces soil transport off the site. The filter cloth separates the gravel from the soil below, keeping the gravel from being ground into the soil. The fabric also reduces the amount of rutting caused by vehicle tires. It spreads the vehicle's weight over a soil area larger than the tire width. Stabilized construction entrances allow dirt to be removed from tire treads and collected as trucks leave construction sites In addition to using a gravel pad, a vehicle washing station can be established at the site entrance. Using wash stations routinely can remove a lot of sediment from vehicles before they leave the site. Diverting runoff from vehicle washing stations into a sediment trap helps to make sure the sediment from vehicles stays onsite and is handled properly. ,"Nor Applicability Typically, stabilized construction entrances are installed where construction traffic leaves or enters an existing paved road. But site entrance stabilization should be extended to any roadway or entrance where vehicles enter or leave the site. From a public relations point of view, stabilizing construction site entrances can be worth the effort. If the site entrance is the most noticeable part of a construction site, stabilizing the entrance can improve both the appearance and the public perception of the construction project. Siting and Design Considerations Stabilize all entrances to a site before construction and further site disturbance begin. Make sure the stabilized site entrances are long and wide enough to allow the largest construction vehicle that will enter the site to fit through with room to spare. If many vehicles are expected to use an entrance in any one day, make the site entrance wide enough for two vehicles to pass at the same time with room on either side of each vehicle. If a site entrance leads to a paved road, make the end of the entrance flared so that long vehicles do not leave the stabilized area when they turn onto or off the paved roadway. If a construction site entrance crosses a stream, swale, or other depression, provide a bridge or culvert to prevent erosion from unprotected banks. Make sure stone and gravel used to stabilize the construction site entrance are large enough so that they are not carried offsite by vehicles. Avoid sharp -edged stone to reduce the possibility of puncturing tires. Install stone or gravel at a depth of at least 6 inches for the entire length and width of the stabilized construction entrance. Limitations Although stabilizing a construction entrance reduces the amount of sediment leaving a site, some soil might still be deposited from vehicle tires onto paved surfaces. To further reduce the chance of these ,%WWI sediments polluting stormwater runoff, sweep the paved area adjacent to the stabilized site entrance. For sites that use wash stations, a reliable water source to wash vehicles before leaving the site might not be initially available. Water might have to be trucked to the site at additional cost. Maintenance Considerations Maintain stabilization of the site entrances until the rest of the construction site has been fully stabilized. You might need to add stone and gravel periodically to each stabilized construction site entrance to keep the entrance effective. Sweep up soil tracked offsite immediately for proper disposal. For sites with wash racks at each site entrance, construct sediment traps and maintain them for the life of the project. Periodically remove sediment from the traps to make sure they keep working. Effectiveness Stabilizing construction entrances to prevent sediment transport offsite is effective only if all the entrances to the site are stabilized and maintained. Stabilizing the site entrances might not be very effective unless a wash rack is installed and routinely used (Corish, 1995). This can be problematic for sites with multiple entrances and high vehicle traffic. Cost Considerations Without a wash rack, construction site entrance stabilization costs range from $1,000 to $4,000. On average, the initial construction cost is around $2,000 per entrance. Including maintenance costs for a 2- year period, the average total annual cost is approximately $1,500. If a wash rack is included in the construction site entrance stabilization, the initial construction costs range from $1,000 to $5,000, and the average initial cost is $3,000 per entrance. The total cost, including maintenance for an estimated 2-year life span, is approximately $2,200 per year (USEPA, 1993). References Corish, K. 1995. Clearing and Grading Strategies for Urban Watersheds. Metropolitan Washington Council of Governments, Washington, DC. USEPA (U.S. Environmental Protection Agency). 1992. Stormwater Management for Construction Activities: Developing Pollution Prevention Plans and Best Management Practices. EPA 832-R-92-005. U.S. Environmental Protection Agency, Office of Water, Washington, DC. USEPA (U.S. Environmental Protection Agency). 1993. Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters. EPA 840-B-92-002. U.S. Environmental Protection Agency, Office of Water, Washington, DC. Seeding Click here to comment on this fact sheet ..plf Minimum Measure: Construction Site Stormwater Runoff Control Subcategory: Erosion Control Description Seeding is used to control runoff and erosion on disturbed areas by establishing perennial vegetative cover from seed. It reduces erosion and sediment loss and provides permanent stabilization. This practice is economical, adaptable to different site conditions, and allows selection of a variety of plant materials. Applicability Seeding is well -suited in areas where permanent, long-lived vegetative cover is the most practical or most effective method of stabilizing the soil. Use seeding on roughly graded areas that will not be regraded for at least a year. Vegetation controls erosion by protecting bare soil surfaces from displacement by raindrop impacts and by reducing the velocity and quantity of overland flow. Seeding's advantages over other means of establishing plants include lower initial costs and labor needs. Siting and Design Considerations Hydroseeding is a popular technique for applying seeds, fertilizer, and chemical stabilizers in a single application (Source: Terra Firma Industries, 2000) Seed or plant permanent vegetation in areas 1 to 4 months after the final grade is achieved unless temporary stabilization measures are in place. Maximize successful plant establishment with planning; considering soil characteristics; selecting plant materials that are suitable for the site; preparing, liming, and fertilizing the seedbed adequately; planting timely; and maintaining regularly. Major factors that dictate the suitability of plants for a site include climate, soils, and topography. Prepare and amend the soil on a disturbed site to provide sufficient nutrients for seed germination and seedling growth. Loosen the soil surface enough for water infiltration and root penetration. If soils are too acidic, increase the pH,to between 6.0 and 6.5 with liming or choose plants that are appropriate for the soil characteristics at your site. Protect seeds with mulch to retain moisture, regulate soil temperatures, and prevent erosion during seedling establishment. Limitations The effectiveness of seeding can be limited by high erosion during establishment, the need to reseed areas that fail to establish, limited seeding times, or unstable soil temperature and soil moisture content during germination and early growth. Seeding does not immediately stabilize soils; therefore, use temporary erosion and sediment control measures to prevent pollutants from disturbed areas from being transported off the site. Maintenance Considerations Maintenance for seeded areas will vary depending on the level of use expected. Use long-lived grass perennials that form a tight sod and are fine -leaved for areas that receive extensive use, such as homes, industrial parks, schools, churches, and recreational areas. Whenever possible, choose native species that are adapted to local weather and soil conditions to reduce water and fertilizer inputs and lower maintenance overall. In and areas, consider seeding with non -grass species that are adapted to drought v conditions, called xeriscaping, to reduce the need for watering. Low -maintenance areas are mowed infrequently or not at all and do not receive lime or fertilizer regularly. Plants must be able to persist with minimal maintenance over long periods of time. Use grass and legume mixtures for these sites because legumes fix nitrogen from the atmosphere. Sites suitable for low - maintenance vegetation include steep slopes, stream or channel banks, some commercial properties, and ,% o, "utility" turf areas such as road banks. Grasses should emerge within 4-28 days and legumes 5-28 days after seeding, with legumes following grasses. A successful stand has the following characteristics: • Vigorous dark green or bluish green (not yellow) seedlings • Uniform density, with nurse plants, legumes, and grasses well intermixed • Green leaves that remain green throughout the summer --at least at the plant bases Inspect seeded areas for failure and, if needed, reseed and repair them as soon as possible. If a stand has inadequate cover, reevaluate the choice of plant materials and quantities of lime and fertilizer. Depending on the condition of the stand, repair by overseeding or reseeding after complete seedbed preparation. If timing is bad, overseed with rye grain or German millet to thicken the stand until a suitable time for seeding perennials. Consider seeding temporary, annual species if the season is not appropriate for permanent seeding. If vegetation fails to grow, test the soil to determine if low pH or nutrient imbalances are responsible. On a typical disturbed site, full plant establishment usually requires refertilization in the second growing season. Use soil tests to determine if more fertilizer needs to be added. Do not fertilize cool season grasses in late May through July. Grass that looks yellow might be nitrogen deficient. Do not use nitrogen fertilizer if the stand contains more than 20 percent legumes. -Effectiveness Perennial vegetative cover from seeding has been shown to remove between 50 and 100 percent of total suspended solids from stormwater runoff, with an average removal of 90 percent (USEPA, 1993). Cost Considerations Seeding costs range from $200 to $1,000 per acre and average $400 per acre. Maintenance costs range from 15 to 25 percent of initial costs and average 20 percent (USEPA, 1993). References FHWA (Federal Highway Administration). 1995. Best Management Practices for Erosion and Sediment Control. FHWA-SLP-94-005. Federal Highway Administration, Sterling, VA. Smolen, M.D., D.W. Miller, L.C. Wyall, J. Lichthardt, and A.L. Lanier. 1988. Erosion and Sediment Control Planning and Design Manual. North Carolina Sedimentation Control Commission; North Carolina Department of Environment, Health, and Natural Resources; and Division of Land Resources, Land Quality Section, Raleigh, NC. Terra Firma Industries. 2000. Hydroseeding. USEPA (U.S. Environmental Protection Agency). 1992. Stormwater Management for Industrial Activities: Developing Pollution Prevention Plans and Best Management Practices. U.S. Environmental Protection Agency, Office of Water, Washington, DC. USEPA (U.S. Environmental Protection Agency). 1993. Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters. EPA 840-B-92-002. U.S. Environmental Protection Agency, Office of Water, Washington, DC Sodding Click here to comment on this fact sheet Minimum Measure: Construction Site Stormwater Runoff Control Subcategory: Erosion Control Description Sodding is a permanent erosion control practice and involves laying a continuous cover of grass sod on exposed soils. Sodding can stabilize disturbed areas and reduce the velocity of stormwater runoff. Sodding can provide immediate vegetative cover for critical areas and stabilize areas that cannot be readily vegetated by seed. It also can stabilize channels or swales that convey concentrated flows and reduce flow velocities. Applicability Sodding is appropriate for any graded or cleared area that might erode, requiring immediate vegetative cover. Locations that are well -suited to sod stabilization include: • Residential or commercial lawns and golf courses where prompt use and aesthetics are important • Steeply sloped areas • Waterways and channels carrying intermittent flow • Areas around drop inlets that require stabilization Siting and Design Considerations y �w Grass sod is laid on exposed soil to stabilize the soil and to reduce the velocity of stormwater runoff (Source: Landscape USA, no date) Sodding eliminates the need for seeding and mulching. Sod can be laid during times of the year when seeded grasses are likely to fail. Water the sod frequently within the first few weeks of installation. Select a type of sod that is composed of plants adapted to the site conditions. Sod composition should reflect environmental conditions and the function of the area where it will be laid. Know the genetic origin of the sod, and make sure it is free of noxious weeds, diseases, and insects. Ensure that the sod is machine cut at a uniform soil thickness of 15 to 25 mm (not including top growth or thatch) at the time of establishment. If a soil test determines the need, prepare the soil and add lime and fertilizer. Lay the sod in strips perpendicular to the direction of waterflow and stagger it in a brick -like pattern. Staple the corners and middle of each strip firmly. Peg jute or plastic netting over the sod to protect against washout during establishment. In the area to be sodded, clear all trash, debris, roots, branches, stones and clods larger than 2 inches in diameter. Ensure that sod is harvested, delivered, and installed within a period of 36 hours. If it is not transplanted within this period, inspect and approve the sod before its installation. Limitations Compared to seed, sod is more expensive and more difficult to obtain, transport, and store. To ensure successful establishment, prepare the soil and provide adequate moisture before, during, and after installation. If sod is laid on poorly prepared soil or an unsuitable surface, the grass will die quickly because it is unable to root. After installation, inadequate irrigation can cause root dieback or cause the sod to dry out. Maintenance Considerations To maintain adequate moisture in the root zone and to prevent dormancy, water the sod, especially within the first few weeks of installation. When mowing, do not remove more than one-third of the shoot. Maintain grass height between 2 and 3 inches. After the first growing season, determine if additional fertilization or liming is needed. Permanent, fine turf areas require yearly maintenance fertilization. Fertilize warm -season grass in late spring to early summer; fertilize cool -season grass in late winter and again in early fall. Effectiveness Sod removes up to 99 percent of total suspended solids in runoff, but its sediment trapping efficiency is highly variable depending on hydrologic, hydraulic, vegetation, and sediment characteristics. Cost Considerations Average construction costs of sod average $0.20 per square foot and range from $0.10 to $1.10 per square foot; maintenance costs are approximately 5 percent of installation costs (USEPA, 1993). References FHWA (Federal Highway Administration). 1995. Best Management Practices for Erosion and Sediment Control. FHWA-SLP-94-005. Federal Highway Administration, Sterling, VA. Landscape USA. No date. Installing Sod for an Instant Lawn. [www.landscapeusa.com/tips/turf.htm IT' :;,.=. i� Accessed November 10, 2005. Smolen, M.D., D.W. Miller, L.C. Wyall, J. Lichthardt, and A.L. Lanier. 1988. Erosion and Sediment Control Planning and Design Manual. North Carolina Sedimentation Control Commission; North Carolina Department of Environment, Health, and Natural Resources; and Division of Land Resources, Land Quality Section, Raleigh, NC. �✓ USEPA (U.S. Environmental Protection Agency). 1993. Guidance Specifying Management Measures for Sources of Nonpoint Pollution in Coastal Waters. EPA 840-B-92-002. U.S. Environmental Protection Agency, Office of Water, Washington, DC. USEPA (U.S. Environmental Protection Agency). 1992. Stormwater Management for Industrial Activities: Developing Pollution Prevention Plans and Best Management Practices. U.S. Environmental Protection Agency, Office of Water, Washington, DC o0 l CITY OF EULESS G I I 201 N. EC 60 �M •1�iRWy�` � � a w CITY OF EULESS EULESS TX 76039 I�w�+"'�� Q m 201 1 N. ECTOR EULESS TX 76039 0 IVOL, 12122, PG. 1541 ? z --------------- -. _.... _-_— S-F- SF-__-SF--_-SF --_ SF_—_- SF _ _.- SF —__—SF-- - SF-- _=NSF__-- SF ---- -SF-----SF__ Q 11 'rrn�n�rr�n4 � u f (I -L. Li ... . - t u L t,tltttt , I,t ,t„t „tt„itiil t --—,-----------"— OF FOR7 WORTH &DALLAS ------�___—'—------_._—_---__------N -- '--- ---------I CITY P.O. BOX 976 FORT WORTH TX 76101 VOL. 7726, PG. 1848 pp 1 p4 OF PROPOSED `I I M � ...0 RECLAIMED WATERLINE •— _ — — — — _� I p� ' N CWS COMMUNITIES �{WAIS ��� 1 DBA HARMSTON WOODS HP ,Z 6160 S. SYRACUSE WAY 1 GREENWOOD VILLAGE CO 80111 I 0 vow— Coll LLJ ----=-5 F_----5 F---- s F ---,-S F---- s F --- S FQ= =:'t F S --- IF5 ----Fs F ------- - - -- -- ' __ _ .��_sue LLJ _ !11J I111 (}ll 11 L�11LIL1LLLIlli1t1i1III ill it I1111111111 t1111iltii1!tllllIt tIii1, L 1I111 L1-LL1Lt.tJLtl ,tltLitt t 1TltlTt.Ti 1i�l'R"fV' . ,, . TIRt'Tl1l"t;`It------_—_----.-----------..._..__-----.--------_—_.__--_—__—_--_-------__--.—_-----_---___— 1 � ZCITY OF FORT WORTH & DALLAS J 1 FORT WORTOHX TX 76101 VOL. 7726, PG. 1848 I 1 1 I CONTRACT- + SUITE 4-74 11325 PEGASUS STREET, TEL 21-74-20 7-2500 iECli lml 1MC DALLAS, TEXAS 75238, EROSION CONTROL VILLAGE CREEK WATER UTILITIES DEPARTMENT LINE 2 100 CITY OF FORT WORTH, TEXAS DATE I I XX I o SC1�xXXXX XXX100 DESIGN I XXX BIDS BDS MAR 2009I , - 0 0 JOHN H. & CORAL MORROW �V JERRY SURBER 4E FALCOM CT. 0 0 �, 3W COLLEYVILLE TX 76034 0 6434 MAPLE DALLAS TXVE. STE 75235 109 �ME� WA� UNE VOL. 13900, PG. 211 0 OWN woo am Ono (� o 0 �-----------------------------_ ----- s � Oz 77 mom J woo— =o_ mm tE 0 - ftmm O O / TI OPERATIONS LP. PROPOSED 30' 0 134DAW. LLAS KINGBIRD LN. REMAINED WATER UNE X 75247 VOL. 13191, PG. 252 Z i)10 _.______ 0 bi Jill ---A— ___ - - ®� Ld CITY OF FORT WORTH & DALLAS O — — — — •— --------- O 1 ------ 0 P.O. BOX 976--�•------- FOR WORTH TX 76101 Li0 VOL. 7726T PG. 1848 W Z 0E— �75 0 UO 0 0 0 O CONTRACT = 111325 PEGASUS STREET, SUITE E-200 TEgmmiEB, me DALLAS, TEXAS 75238, TEL. 214-747-2500 EROSION CONTROL 100 0 100 VILLAGE CREEK WATER UTILITIES DEPARTMENT LINE 2 HOPkIWAL SW 0 V 963 CITY OF FORT WORTH, TEXAS DBDSN I DBDSS I MARDATE 2009 1 1=10 ' I XXOXXX I XXXXX I XXXXX 0 0 r S F SIF S F —S C9 0 i , --dam -------------------------'-------- �; I--u � w 0+41 1 1 I I I I II I I I I f I I I I I:_;.11 11 —�—+11 1 I I I I I I I I I I I I I I III I I I I I I I I I I I I I I I I I (III I I I I I I I I I III I I I I I Ili I I I I I I I i -- Z-F- D � � O 0 � /0 � ZiSE 1 1 111 1 1 : _ ` AREA Gig' HFAN' -1 ANO ® ®r� I'-?-1--I-111)tl fflill'rrrrrrrrr +trrrrtrrrrt(ttt tttttllifll:llll a_ W 0 0 W 0 Z J U 0 � 100 0 100 H01 DIMAL S MaE l71 o W o ----- cn--__ _ _ — D LEI o � �V = CONTRACT = _ __ �i■ J� f _ 11325 PEGASUS STREET, SUITE E-200 fEtltiMIES, iNC DALLAS, TEXAS 75238, TEL, 214-747-2500 - EROSION CONTROL _ VILLAGE CREEK _ WATER UTILITIES DEPARTMENT _ LINE 2 _ CITY OF FORT WORTH, TEXAS D®DISN ®BDSN DATE2009 I1 I XXX I I I MAR 1=1 O I XO�X f x XXXXX -40�- Idoop' �'// ®'// ' 00 WATER n, '' REMAIMED (� (� NE NUM SHED I 1 W (� sop SF =NSF o F J - --SC SF SfBel�--_ -- — — _—s MOSIER VALLEY ROAD MATCHLINE — SECTION 9 i I M SIER VALLEY ROAD / W _ / Z v� io n \ \ _ VUL\1 4b /' HG Shy --� z o W 1 cn I N W J a, U \ 100 0 100 NOIrZONTAL sl" t 1' - 10W t PROPOSED 2e REMANIIED WIVER UNE F STATE HWY 157 MATCHLINE II I-�snuH/nr�vr. uni nmurn.ro• SECTION 10 CONTRACT = 111325 PEGASUS STREET, SUITE E-200 1EglIOLo01E6, 1NC DALLAS, TEXAS 75238, TEL. 214-747-2500 EROSION CONTROL VILLAGE CREEK WATER UTILITIES DEPARTMENT LINE 2 CITY OF FORT WORTH, TEXAS DBDISN DBDSN DA I RA 2009 11-1 0' I XO�X I XXXXX I XX XX I MAR al p d � 1 1 1 oI L �I I • 1� Z BUILDING BUILDING pp�����PyR��Vyyr��OSE�DDy� WATER ''''uupp 7 O RECLAIMED 1fA ER 1.11E OL Yy GRAVEL / -PAN . 1 ALL DPo4�E U / — CONC. 'ODNG, ASPHALTµ ASPHALT PAA�NG ASPHALT PAYING c ` — U 1 W 1 r ` \ ORA ,— — -i W wAl1— 1 EL-4WlOd / CONC. _ c%% CONC.w .�„_ :. - - • -�"' / + / F DRIVE / d •'t L WHY LtMtItKY 0�1b LLJ 1V ASPHALTDRIVE — - — — — — — — — Z ` ASPHALT / � / � •--_ \ \ G J ��-- _---------, 1_�z J \ , \� PAMN I / I / ( - ORAVFj PAyyP_ �CONC. —� = I WHALE PAYING BUI 0 GRAVEL PAVING 1 — ,iU ASPNILT—PAVING—------- � 1 c� G I I G I 1 I N STATE HWY 157 Z 0 W 1) DIRECT FUELS LP. 1 2801 GLENDA AVE. FORT WORTH TX 76117 RECLAIMED WATER LINE 1 RAILROAD TRA ALi1 CONC. N.T DRIVE 0 - ASPHALT PAVING / / � 1 IN 000 eoriDlNo / / 10 S 1" ( f , - — 6ALLUWAT, G� \�y L NI Intmcl r RV _ TJ GRAVEL PAYING 000 W i ` / , ' / % OP.B PANS / Z YPA J f - °"0: = I IIIII 1 11'�j111 Illl Q 1✓ / / m I / / — — / / / / / sow moo .00 100 0 100 lIiIiiif��I IloQmogTAL stilts : 1- • toot 1 Lu 11 1 W a • =.oe4 a- �-j z 1� I� I I CONTRACT = TECIEIMIEB, INC I 11325 PEGASUS STREET, SUITE E-200 DALLAS, TEXAS 75238, TEL. 214-747-2500 EROSION CONTROL VILLAGE CREEK WATER UTILITIES DEPARTMENT LINE 2 CITY OF FORT WORTH, TEXAS DESIGN DATE IDSIM BD R01C10' XXXX XXXX 09ISIOXIXBDS I XXXXX I,I N z � 0 w U) . --_ _I I S COAL P,�NNO S U I i I BUILDING I CONCRETE PAVING 100 0 100 HOIIImNTAL SHALE : 1' • 1OW REMAIMED WAYER UNE I z 0 LLJ I~ c —-4 i-- GRANS PAVING e + BUILDING — — �.— - CALLOWAY CEMETERY ROAD �NIs11 LLB -- P� I / GRAVEL PAVING ASPHALT PAYING d a I BUILDING GRAM PAYING I U BUILDING BUILDING I c G Af" EL-91 f.3/ I i I /il Z.. w i INNN)NNNN /,NN\N �N� PROPOSED 30* z L-- o - — `� I �/ I RM MED WATER LINE i .J CONC. PAVING U I I BUILDING I I I CONTRACT = +EU:2S 111325 PEGASUS STREET, SUITE E-200 TEMO_w[EB, INC DALLAS, TEXAS 75238, TEL, 214-747-2500 EROSION CONTROL VILLAGE CREEK WATER UTILITIES DEPARTMENT LINE 2 CITY OF FORT WORTH, TEXAS DBDISN DRAWN DASC1 I I MAR RA 2009 I 0- I XXXXX I XXXXX I XXXXX' Exhibit D Sample Inspection Reports SWPPP 14 DAY SITE INSPECTION REPORT Exhibit D 1/2 ..� The following report was generated while inspecting all of the measures/areas addressed in the SWPPP or Erosion Control Plan. Project Name: Village Creek Reclaimed Water Eastern Delivery System Distribution Main — Part 2 Permit Number: Contractor: Inspector: Contractor will provide inspection. Site Conditions Erosion & Sediment Controls Construction Entrance Sediment Traps Inlet Protection `..Stabilization Sift Fence Rock Berm Vegetative Buffer Strips Storage Area Discharge Areas Concrete Wash Area Fuel Berm Was a copy of the permit language with the SWPPP? ..all Reason for inspection: Installed Effective Notes/Locations of Maintenance Needs Is the TPDES construction sign posted at the entrance? Exhibit D 2/2 Village Creek Reclaimed Water Eastern Delivery System Distribution Main — Part 2 Construction Schedule: The site is approximately in the following construction stage: SWPPP Modifications: Describe any modifications necessary to the SWPPP: Describe locations of any new BMP's necessary: Any spills, of reportable quantity: If "yes," have proper authorities been notified and the SWPPP been noted accordingly? �..i Violations to Report: Recommended Actions: Comments: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system or those directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Inspector: Date: Exhibit E Delegation Letter Storm Water Pollution Prevention Plan (SWP3) , 2009 Storm Water Pollution Prevention Plan (SWP3) RE: Village Creek Reclaimed Water Eastern Delivery System Distribution Main — Part 2 To Whom It May Concern This letter is intended to inform all interested parties that Contractor Name has been assigned full responsibility to install, maintain and inspect all storm water pollution prevention measures required to ensure compliance with the terms and conditions stated in the TPDES General Permit 150000. Contractor Name will be responsible for installing, inspecting and maintaining all measures in accordance with the details shown in the accompanying Storm Water Pollution Prevention Plan (SWP3), and will maintain sufficient measures to prevent discharge of pollutants from the site boundaries set forth in the SWP3 for this project. I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Sincerely, Contrap to[ Name and: Title Appendix C Geotechnical Bore Dogs I S. H. 183 +B-3 6 �O5,o 8 0 0, B-2-3a B-2-4 B-2-3 4B.2.2.. B.2 2 .. .. `11 1 B.2-lb 3 1 B-2-tc 1 CT 1 v t t 1 B-1-2 8-1-1 GREEN OAKS BLVD _...... - 1 r--------- — I f I 1 L-- -� -� PLAN OF BORINGS D VILLAGE CREEK RECLAIMED WATER SYSTEM FORT WORTH, TEXAS I r B-3-5 1 B-3-3 ��� N B-3-2 B-3 4 I i 1 LEGEND: Boring Locofion 0 2000 4000 feet Approximate Scale —* cM JEwGrNlP-F-RrNG' INC. CMJ PRoJECr No. 425-09-15 Project No. Boring No ,425-09-15 B-1-3 Location = See Plate A.1 Completion Completion Depth 35.0' I Date 2-9-09 Surface Elevation 469.9 Project Village Creek Reclaimed Water System CMJ ENGINEERING ,NC Fort Worth, Texas Water Observations Seepage at 17' during drilling; water at 28' at completion Type B-53-CFA o _ Of N C U_ a)a Stratum DescriptionLL: a mo o= z= N o w d o m�? m vE N=CL � E m-0 0 o c-0 U E 7 c o o o: Ir Fnaf- a.rn JJ a-i n.5 20 J DUa 469 4— ASPHALTIC CONCRETE, 6 112" thick } } } 469 1 \ROAD BASE, 3 1/2" thick } 4.5+ } 12 4669 SANDY CLAY, light reddish -brown, w/ gravel, hard, 1 4.5+ 1 81 I fill 1 4.25 1 1 271 1 1 SILTY CLAY, dark brown and grayish -brown, firm to 1 3.25 1 67 231 44' 291 1 1 stiff 1 1 3.0 1 I 1 1 29 II 1 } I 1 1 2.0 1 1 1 I 281 1 1 1 457.9 SILTY CLAY. brown and gray w/ calcareous nodules, blocky, firm 4349 v C7 Z 0 O m- LL O 0 LOG OF BORING NO. B-9-3 2.25 I 1 3.0 1 I I 1 I I I I l I 1.5 l 1 � } 26 1,01 38501 I 1 1 1 I I I I I I I 1 56 21 351 231 1 I 1 I I 1 I I I I I 1 I 4.25 1 I I II I I I 1.0 28 97 25 24 I I 22201 1 I I PLATE A.6 Project No. Boring No. 425-09-15 B-2-1 Location See Plate A.1 14=01, Completion Completion Depth 15 0' 1 Date 3-6-09 Surface Elevation 0 — Project Village Creek Reclaimed Water System CNM ENGINEERING Pi IC Fort Worth, Texas Water Observations Seepage at 7' during drilling; water at 7' at end of day Type ATV Stratum Description SANDY CLAY, brown, wl broken asphalt and concrete, stiff, fill CLAYEY SANDISANDY CLAY, tan and brown, soft SHALY CLAY. gray, hard ------------------------ Q c� Z_ 0 O m O 0 LOG OF BORING NO B-2-1 o 0 _ O C Z e L=- 0 C O a)- c V o 'fj 3 C �' 7 in C N N U in a: u: 3C ai Nj> 7— w'= x Na) a� yC L1 U ! o n a UE7 w C3 W a' o m� ma_� cam QE a.. co JJ o f a� my it a o o �0 c� Z)J c o o n00.. 3.75 13 3.25 11 3.5 18 4.0 20 3.5 17 0.5 18 109 570 0.5 19 4.5+ 21 PLATE A.7 Project No Boring No 425-09-15 B-2-1 a Location See Plate A.1 Completion Completion Depth 5.0s I Date 3-6-09 Surface Elevation 500.4 Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Dry at completion Type ATV a o t E O E E oCoStratum Description Few: ROCKIASPHALTIBROKEN CONCRETE. fill - �•"RAJ` 5,?a�;�N. 495.4------------------------- a Z K 0 CD LL 0 o LOG OF BORING NO B-2-1 a CMJ ENGINEERING NC - o _ o ' O C o \ 'COD a 0 S l0 Z\ Z. m r' C y 03 V 3 c Yl > 7 '�_-_' N '- N E �' vl U E 7 w a cmv m?� vE 'E my -oo c� coo � o mat= Q. u) �� a a c 20 D� Dt)a PLATE A.8 Project No Boring No 425-09-15 B-2-1 b Location See Plate A.1 `� Completion Completion Depth 5.0. I Date 3-6-09 Surface Elevation Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Dry at completion Type AN a d E o Stratum Description ROCK/ASPHALT/BROKEN CONCRETE fill �•�; 4 ti '• d C`I �?n N Q Z m o LOG OF BORING NO. B-2-1 b C" ENGINEERLNG INC - a 0 _ pJ O .-C N Z c LL O LL W 6 ' LL y U 0 m d LL 3 N dj o_ y_ U x N y C O U o o. _ E w C1 C a�6 m m T 6E E m-0 0 o (%! c� U 7 c o 0 � mar a.w JJ EL a. c 20 >J z)c)Q. PLATE A.9 Project No.. Boring No 425-09-15 B-2-1 c Location See Plate A.1 Completion Completion Depth 4 0. Date 3-6-09 Surface Elevation Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Dry at completion Type ATV LL O y L .fl Q Q l6 Stratum Description %'•'=!� ROCK/ASPHALT/BROKEN CONCRETE, fill - — — — — — — — — — — — — — — — — - rn 0 m 1- O U S N Q z _Z cr 0 m U- 0 0 LOG OF BORING NO. B-2-1 c CMJ ENCINEERI\i iG INC - O p"i O N C V- ` C O� O Z '!LL ? O 47 0:n M V- N �' o C o �' U m C ST 7 =- N y (� 0 h Cc lL. m 'O -3 N> 7- V _ x ..7. m U O-'D U E LJJ Cl rt 0. C O O fn mn.� N CLw JJ N dJ -0 Ls 0 0 �U C-0 7)J 7 C O O 7)CUL PLATE A.10 Project No. Boring No, 425-09-15 B-2-2 Location See Plate A.1 '4ft.,i Completion Completion Depth 30.0' 1 Date 2-24-09 Surface Elevation 476.8 Project CK ENGINEERING INC Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Seepage at 9' during drilling; water at 9' at completion; water at 8' at end of day Type B-53-CFA LL � m a E E o Stratum Description _kYb/ ram•^ o~ SANDY SILTY CLAYlROCK/COJ�Ct�ETE BOULDERS dark brown o w ite, rm to very stiff, fill 4728 SANDY CLAY, brown and dark brown, w/ gravel 5 — and asphalt fragments, firm fill —1 466.8 SAND, dark brown, w/ clay seams — — 4633 SILTY SANDY CLAY, brown to light brown, firm 4608 _ SAND, tan and gray, cemented, very dense - wl sandstone and clay seams, 16' - 21' —20�;;: - - w/ shale lenses, 28' - 30' 446.8 C) ... p, O N _ C Ll. O Z C y LO ri LL 3C N aj N> O - 7- ; V x N N 7 .�. NC V :te CC a C a Ec ul C7 Of of 0 u? FnII.l— caT (.U) vE JJ caE LLJ m� Q.S oo 2^U c� DJ eo0 DUn. 4.5+ 1 19 1 3.0 1 I 28 } I 1 2.0 4 I 1 I i 2.0 I 1 1 22 97 I 14801 1.5 I 1 I 1 33 15 18 21 I � I I 1 r1.5 i I I I 16 1 50/4.5" 21 LOG OF BORING NO. B-2-2 PLATE A.11 Project No Boring No. 425-09-15 13-2-3 Location See Plate A.1 *440/ Completion Completion Depth 10 0- 1 Date 2-14-09 Surface Elevation Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Dry at completion Type B-53-CFA o m .A Q Q Stratum Description SANDY CLAY/SAND, interlayered, reddish -brown - - and brown, w/ some cemented sand firm to sfiff, - - possible fill - - _-� GRAVEL — - - - - - - - - - - - - - - - - - - - - - - - - Note: Terminated boring within possible utility line backfill or fill adjacent to railroad tracks. rn i' 0 U N CA O CNN z Z ff O to LL 0 o J LOG OF BORING NO. B-2-3 CMJ ENONEMNc INC. - o _ Ol O G N 0 o LL G LL. O � m Z\ rn C mQ u c mr1'LL Ui c ai "O u _v X� mG DU o v a ooai coax of coE 5v oo co coo o � mat= o rn �_, a=, a..E 20 > � Z)()a 4.5+ 9 0.5 17 0.75 19 1.0 14 2.5 31 13 18 12 4.5+ 7 1 PLATE A.12 Project No Boring No. 425-09-15 B-2-3a Location See Plate A.1 Completion Completion Depth 15.01 1 Date 2-24-09 Surface Elevation Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Seepage at 8 1/2' and 12' during drilling Type B-53-CFA V- O GJ O. Stratum Description - J SANDY CLAY. reddish -brown and light brown w/ gravel, stiff to very stiff SILTY SANDY CLAY, tight brown to reddish -brown, - very stiff —5— SAND, light brown to tan, cemented, very dense X - SAND, tan, cemented w/ thin clay seams, very _ dense _ =ii4 :..=x ------------------------- IL C7 N u N V z Z W 0 m LL 0 o LOG OF BORING NO B-2-3a C'Nff ENGNEERING NC - o O _ Ol O C N O o lL C V- O O N Z\ �' o o .T. N...: C .0 C � y V fl �W,� 3 C _,;�- N 3— N— x�)4� Vl a) y C .'-' oCam U E 7 w 0 o Q_ o 4) maI m N 0. co O'E �� 2 E 0-:3 m- a. c 0 0 2U Ol CM MJ C O O DUa 3.0 12 4.5+ 13 4.5+ 9 116 3000 4.5+ 26 13 13 13 4.5+ 10 50/3.75" 4 50/3" 15 50/2.5" 18 PLATE A.13 CW ENGINEERING INC -y Project No + Boring No- Project Village Creek Reclaimed Water System 425-09-15 I B-2-4 Fort Worth, Texas I Location Water Observations See Plate A.1 Seepage at I V during drilling; water at 8' at completion ,%MEOW Completion Completion Depth 30.0' 1 Date 2-24-09 Surface Elevation Type B-53-CFA u �' L •O a o c'V C LL 5L T o Stratum Description O C o LL O �� o o m� LL z�cn y N cr wu_ V 3 C E ai '0- N> 7— x N "' N N 3 m T C c]U :" o ac U ES w C3 m� � 2 maw cc QE av� JJ E my a� a5 0 o 20 yj c� n� c 0 0 �Ua CLAYEY SANDISANDY CLAY, tan and brown 2.0 9 - f 2.0 10 i7 CLAYEY SAND tan, brown and reddish -brown 4.0 9 f - _ 4.5+ 24 13 11 6 - 4.5+ 10 - ` f 1.0 14 f SAND. tan, wi clay seams, loose f f 7 15 _ CLAYEY SANDISANDY CLAY, tan, soft 0.5 18 114 i 840 f —' - CLAYEY SAND/SAND, tan and gray, medium 1 _ dense I 17 18 f 2 •- - - - f f - - f X X 14 19 19 20 PLATE A,14 I 0 LOG OF BORING NO. B-2-4 Project No. Boring No. 425-09-15 B-2-5 Location See Plate A.1 Completion Completion Depth 15.0' Date 2-9-09 Surface Elevation Type 497.0 B-53-CFA Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Dry at completion � o aNi E E o Stratum Description SANDY CLAY, brown and tan, w/ gravel and _ 4950 crushed limestone, very stiff, fill _ SANDY CLAY, brown and reddish -brown, hard —5 - 4885 X SAND, light reddish -brown and light brown w/ X occasional clay seams, dense _15-4820 ^---- CMJ ENGWEERING M -. o 0 _ N o o CLL 0 �� U C Z` C N N c U Q NW� 3 C N a__ y> 'S '- U�_ li �= X N N N'." C C' .'-' d� U E 7 W a Of of � N CU d5a..F"' m .� O' E a.C) JJ � E ILJ f9 "O d S 00 2U V1 C .0 DJ a O O DUn. 4.5+ 8 4.5+ 12 4.5+ 4 4.5+ 9 4.5+ 48 15 33 13 4.5+ 34 36 11 127 31270 2 2 LOG OF BORING NO. B-2-5 PLATE A.15 Project No. Boring No. 425-09-15 ( B-2-6 Location See Plate A.1 Completion Completion Depth 40 0' 1 Date 2-9-09 Surface Elevation 1 f —40�- Project Village Creek Reclaimed Water System CW ENGINEERING INC Fort Worth, Texas Water Observations Dry at completion Type CME55-CFA o _ Dl O5 N Z c�'LL C U_ ENO' Stratum Description = O CC W a C O NE N f0 � S .- ITE N s E N CDN M- C 00 N C.0 U E 7 C O O (r C! C00-F drn _JJ 0-J o S 20 �J �Url ASPHALTIC CONCRETE, 5" thick 2 I BROAD BASE, 8" thick 1.25 34 14 20 12 SANDY CLAY, reddish -brown, tan and gray, w/ 1 1.0 12 1 gravel firm to stiff, possible fill 1 1.25 11 120 24701 1 1.25 I 13 1 I 1 1.0 16 I 1 SHALY CLAY, tan and gray, sandy, stiff I 1 1.5 I 51 16 35 18 I I I - hard 14' - 21' ! 4.5f I 13 . 123 I 4330' ! I 4.5t 7 I I SHALE, gray, soft - moderately hard, 34' - 40' 0 Z K O m O 0 LOG OF BORING NO, B-2-6 l (100/8.51, I 1100/7.5" 1 PLATE A.16 Project No Boring No 425-09-15 B-3-1 Location See Plate A.1 Completion Completion Depth 15.U' Date 2-9-09 Surface Elevation 524.1 Project Village Creek Reclaimed Water System Fort Worth, Texas Water Observations Seepage at 12' during drilling; water at 12 1/2' at completion Type B-53-CFA L o a 0 Cn ) Stratum Description SANDY CLAY, brown and reddish -brown, w/ ironstone nodules, hard - - grades w/ light brown, 2' - 6' —5 513 1 _ SILTY CLAY, light brown, gray and reddish -brown, — shaly, hard 5131 _-1 SAND/GRAVEL, brown and reddish -brown 5116 SAND, tan, cemented, very dense -5091 ------------ 0 Z fr 0 m LL O o LOG OF BORING NO. B-3-1 o _ °1 c N - cLL 0 Lno U Q 3cu N> >= in= aaxi '�c rN uE� W Ci 0yC/> and vE mE cn� a co 0 0� o: mat- o_CO a=, a U D_ Ua 4.5+ 12 4.5+ 13 4,5+ 16 4.5+ 12 4.5+ 52 17 35 13 4.5+ 17 4.5+ 15 117 6350 5014" 22 PLATE A.17 Subsurface Appendix D Engineering Reports SURFACE ELEVATION: 471.90 TOP OF UTILITY: !IE2.87 PAVEMENT THICKNESS AND TYPE:NG NG PROJECT NAME: VILLAGE CREEK 9.03' PROJECT No: aU 09-022-07 OWNER: LLAN PLUMMER CSJ NO: N/A LOCATION: ALONG APANDONED GREENBELT ROAD CITY, COUNTY:FORT WORTH.TARRANT REFERENCE PLAN SHEET: - OF TH#: 2-1 DATE: 02-19-09 SOIL CONDITIONS: C•I AY UTILITY OWNER: ENERGY TRANSFER UTILITY TYPE: GAS UTILITY SIZE: 8" UTILITY MATERIAL:STEEL COORDINATES SHOWN ARE NAD 83. GAS COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXDOT FORT WORTH SCALE FACTOR BY 1.00012 COORDINATES: N 6978668.99 E 2386559.70 STA: OFFSET: NOT TO SCALE LJ uj th M :I 4 TEST HOLE 2-1 « . ml i ,,.,. W « I W JOSEPH A. Il1RPHY ��4NA�=NBC_ - - - -- - - - uj La - BM: PNT#1000 N:6972597.772 BM: PNT#1003 N: 6968486.186 JOSEPH A. MURPHY. PE JW E: 2411393.593 E: 2402378.676 DATE 03/06/09 _Q �o SURFACE ELEVATION: 465.67 TOP OF UTILITY: 456.94 PAVEMENT THICKNESS AND TYPE:NG NC / PROJECT NAME:VlLLAGE CREEK ' 8.T] PROJECT No: S� 09-0 OWNER: ALAN PLUMMER ' CSJ NO: N/A LOCATION: ABANDONED ORE NBELT & NORTH TRE INTERSECTION CITY. COUNTY:FORT WORTH.TARRANT \ REFERENCE PLAN SHEET: - OF TH#: 2-] DATE: 02-02-09 SOIL CONDITIONS: CLAY UTILITY OWNER: TRA UTILITY TYPE: RAW WATER UTILITY SIZE: 66" UTILITY WATERlAL:CONC INCASED COORDINATES SHOWN ARE mAD 83. COORDINATES 8RDUC*7 TO SURFACE RAW WATER BY wuL7[pL,\wS 7xDOT rDR7 wDq7* SCALE FACTOR B, 1'00012 COORDINATES: N69TR8S9.OT E 2386651.75 STA: OFFSET: NOT TO SCALE co uj | ^ La V)TEST HOLE 2-3 / -- — — '---_L_ IF - � / . --_ _ . � � . . - | - ---�-- - - - - - - 7'�� 40 � 8M: PNT#1 OOO N:6972597. TT2 BM: PNT#1003 N: 6968486. 1 86 ww E: 2411393^593 E: 2402378.676 JOSEPH A. W0RPHY, PE DATE 03/06/09 SURFACE ELEVATION: 4�1 TOP OF UTILITY: PAVEMENT THICKNESS AND TYPE:NG PROJECT NANo*-: �� �� A nyR..p77_07 _ PROJECT N�A AN P MMUR OWNER: IL CSJ NO: tj WA K R RANCH LOCATION: K N CITY. COUNTY:FORTW H RRANT REFERENCE PLAN SHEET: - OF - E .3A78413.31 NG r i 6.61' COORDINATES: N 71 73.- ti a TEST HOLE 2-4 6 W N A 1, V33" WASTE WATER STA: OFF SET : TH#: ?-4 DATE: 02-03-09 SOIL CONDITIONS: �Y UTILITY OWNER: WAI R UTILITY TYPE: WA T UTILITY SIZE: U" UTILITY MATERIAL: 0a- N A COORDINATES SHOWN ARE NAD 83• COORDINATES BROUGHT TO SURFACE By LNT0RT WORTH SCALE FACTORBY1D.00012 NOT TO SCALE j :36 W cn tip V BM; PNT#1003 N: 6968486.186 'd N:6972597•37gE: 2402378.676 BM: PNT$0 000 E: 2411393.53 W W J F` lr C py�r•,.��1+fl1R YI JDSEPH A. . P%M09pHY. PE DATE 0306 SURFACE ELEVATION: 503.02 TOP OF UTILITY: 494.70 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:VILLAGE CREEK PROJECT No: SUE 09-022-07 OWNER: ALAN PLUMMER CSJ NO: N/A LOCATION: JW SAND TO MOISER VALLEY ROAD CITY. COUNTY:FORT WORTH.TARRANT 8.32' NG 14" PETROLEUM GAS REFERENCE PLAN SHEET: - OF - COORDINATES: N 6980444.45 E 2397327.95 STA: OFFSET: TH#: 2-5 DATE: 02-03-09 SOIL CONDITIONS: Cl AY UTILITY OWNER: KOCH UTILITY TYPE: ELTROLEUM GAS UTILITY SIZE: 14" UTILITY MATERIAL:STEEL 6 NOT TO SCALE TEST HOLE 2-5 t6.tr �=- - R VALLE -�-- — _ —�MOSIY E ------- r� fir. _ s BM: PNT#1000 N:6972597.772 BM: PNT#1003 N: 6968486.186 ww E: 2411393.593 E: 2402378.676 -Q �o COORDINATES SHOWN ARE NAD 83. COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXDOT FORT WORTH SCALE FACTOR BY 1.00012 JOSEPH A. MURPHY. PE DATE 03/06/09 SURFACE ELEVATION: 489.54 TOP OF UTILITY: 487.37 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:VILLAGE CREEK PROJECT No: 2E 09-022-07 OWNER: ALAN Pi:UMMER CSJ NO: N/A LOCATION: MOISER VALLEY ROAD & SOUTH THE INTERSECTION CITY, COUNTY:FORT WORTH.TARRANT REFERENCE PLAN SHEET: - OF - NG A 2.17' 8" GAS COORDINATES: N 6980467.30 E 2397969.14 STA: OFFSET: T H#: 2-6 DATE: 01-30-09 SOIL CONDITIONS: CLAY UTILITY OWNER: MAGELLEN UTILITY TYPE: GAS UTILITY SIZE: 8" UTILITY MATERIAL:STEEL 8 NOT TO SCALE » MOSIER VALLEY ROAD TEST HOLE 2-6 » » W W J r M« BM: PNT41000 N:6972597.772 BM: PNT41003 N: 6968486.186 ww E: 2411393.593 E: 2402378.676 — a �o COORDINATES SHOWN ARE NAD 83. COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXDOT FORT WORTH SCALE FACTOR BY 1.00012 ...........................:... JOSEPH ... bt1RPHY 89796 a- JOSEPH A. MURPHY, PE DATE 03/06/09 SURFACE ELEVATION: TOP OF UTILITY: PAVEMENT THICKNESS NG PROJECT NAME:VILLAGE CREEK 10.08' PROJECT No: allE 09-022-07 OWNER: ALAN PLUMMER CSJ NO: N/A LOCATION: FM HWY 157 & SOUTH THE INTERSECTION CITY, COUNTY:FORT WORTH.TARRANT B" REFERENCE PLAN SHEET: - OF - 467.17 457.09 AND TYPE:NG TH#: ?-7 DATE: 03-02-09 SOIL CONDITIONS: SAND ROCK UTILITY OWNER: MAGELLEN UTILITY TYPE: GAS UTILITY SIZE: 8" UTILITY MATERIAL:STEEL COORDINATES SHOWN ARE NAD 83. GAS COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXDOT FORT WORTH SCALE FACTOR BY 1.00012 COORDINATES: N 6980722.65 E 2399121.73 STA: OFFSET: II, NOT TO SCALE ujul t •r TEST HOLE 2-7 = I rl II, W W W JOSEPH A. KJRPHY ........................... q 89796_ ::Q BM: PNT#1000 N:6972597.772 BM: PNTrt1003 N: 6968486.186 JOSEPH A. MURPHY, PE ww E: 2411393.593 E: 2402378.676 DATE 03/06/09 -a SURFACE ELEVATION: 505.73 TOP OF UTILITY: 5U2.85 PAVEMENT THICKNESS AND TYPE:NG ,NG PROJECT NAME:VILLAG CREEK 2.88' PROJECT No: 5U.E 09-022-07 OWNER: Al -AN PLUMMER CSJ NO: N/A LOCATION: CALLOWAY CEMETARY 8, SOUTH THE INTERSECTION CITY. COUNTY:FORT WORTH.TARRANT 1211 REFERENCE PLAN SHEET: - OF - TH#: 2-8 DATE: 01-30-09 SOIL CONDITIONS: CLAY UTILITY OWNER: MAGELLEN UTILITY TYPE: GAS UTILITY SIZE: i2" UTILITY MATERIAL:STEEL CASE COORDINATES SHOWN ARE NAD 83. GAS COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXDOT FORT WORTH SCALE FACTOR BY 1.00012 • ;.,,.- ,,, ._. III TEST HOLE '2-8 —1 ---- CEMETERY ROAD t•-r Tr-.l r ail • JOSEPH MU ........ ...CALLowAY 89796 - -- - -._.._. _•_ l Id--L _-__ .ibl-ri' l I •'I ! oR�P`H�Y. �'+ losb�. F•S..F�a� c..... G� « « W W J � »» BM: PNT#1000 N:6972597.772 BM: PNT#1003 N: 6968486.186 JOSEPH A. MURPHY, PE WW E: 2411393.593 E: 2402378.676 DATE 03/06/09 _Q �o SURFACE ELEVATION: 479.83 TOP OF UTILITY: 468.64 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:VILLAGE CREEK PROJECT No: 2L 09-022-07 OWNER: ALAN PLUMMER CSJ NO: N/A LOCATION: S. EULESS MAIN STREET 8, SOUTH THE INTERSECTION CITY. COUNTY:FORT WORTH.TARRANT REFERENCE PLAN SHEET: - OF - NG 11.19' I 30" WASTE WATER COORDINATES: N 6982147.13 E 2404309.88 STA: OFFSET: N K W 1N 7 N W N N N W W J f. !!N BM: PNT#1000 wW J H 4 p V) �w -J W N:6972597.772 E: 2411393.593 i i t ' I TEST HOLE 2-9 T H#: 2-9 DATE: 02-19-09 SOIL CONDITIONS: SAND UTILITY OWNER: TRA UTILITY TYPE: WASTE WATER UTILITY SIZE: 30" UTILITY MATERIAL:UNKNOWN 6 NOT TO SCALE BM: PNT#1003 N: 6968486.186 E: 2402378.676 COORDINATES SHOWN ARE NAD 83. COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXOOT FORT WORTH SCALE FACTOR BY 1.00012 v4 ............................... JOSEPH A. Al1RPHY ..................... �- 89796 JOSEPH A. MURPHY. PE DATE 03/06/09 SURFACE ELEVATION: 478.46 TOP OF UTILITY: 474.71 PAVEMENT THICKNESS AND TYPE:NG PROJECT NAME:VILLAGE CREJEK PROJECT No: UE 09-022-07 OWNER: ALAN PLUMMER CSJ NO: N/A LOCATION: S. EULESS MAIN STREET & SOUTH THE INTERSECTION CITY. COUNTY:FORT WORTH.TARRANT REFERENCE PLAN SHEET: - OF - NG 3.75' 8" GAS COORDINATES: N 6982280.80 E 2404264.88 STA: 1 w OFFSET: TH#: 2-10 DATE: 02-19-09 SOIL CONDITIONS: CI.AY UTILITY OWNER: MAGELLEN UTILITY TYPE: QAS UTILITY SIZE: 8" UTILITY MATERIAL:STEEL 8 NOT TO SCALE J W .. H BM: PNT#1000 N:6972597.772 BM: PNT#1003 N: 6968486.186 -j� E: 2411393.593 E: 2402378.676 COORDINATES SHOWN ARE NAD 83. COORDINATES BROUGHT TO SURFACE BY MULTIPLYING TXDOT FORT WORTH SCALE FACTOR BY 1.00012 JOSEPH ... It1RPHY JOSEPH A. MURPHY. PE DATE 03/06/09 Appendix E Texas Department of Transportation Permit Approval Form Approval Form Online version 1112005 `We To Tom White City of Fort Worth 1320 University drive, suite 300 Fort Worth, TX 76107 APPROVAL Date 2/25/2009 Application No. FTW20090223102302 District App. No. 220-W-042-09 Highway FM 0157 Control Section 074703 Maintenance Section South Tarrant County Tarrant Page 1 of 1 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20090223102302 (District Application No. 220-W-042-09) dated 2/25/2009 and accompanying documentation, except as noted below. Conventional dry bore only unless approved in writing by the Area Engineer or Inspector. - Buzz When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic_ The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or - upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: UIR SPECS JAN 09 Notice to be sent to applicants You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Buzz Kyler Title Project Coordinator District Fort Worth https://apps.dot.state.tx.us/UIR.PR011ibINoticeApproval.asp?ApproverID=DOT20070622123013 &Permit... 2/25/2009 ►epa, ment rral7SPOltat-101) Specifica tions for Insta//ations Fort W01th DfStMt (revised JanUary 2009) 0803 Speciftcatiohs for Utility ions J y Installat" Fort Worth District TxFor:Utlfibles DOT Directory' 3,4 TxDO-Ns_"Mis'sIbn Statement. �5 Safety 5. Protection: rt of HighWay F40itiet 5 Use of 'Explo6ives 5. Protection of ExFacilitiesistinFacilities5 Deviation .From Approved Plans.- 5 Stakin ,qofUtility-.Linesi:nAdvanw-of--C-oTmUimbon.-,..-------..--.--- -- �_F 5 - ulkTithe S deerVisioft and Inspection 5 I Norfificat-Ion of Job- Start 5 TXOOT Locates 6. Stockpiles on'_TxD0T ROW 6 Coordination of, Work With Highway Contractor or State Forces 6 Work Day ReMrtdjons inplement Weather Pits 6 Bore and Tunneling Operations 7 Markers 7 Above-GrOunOAppOrtehantes, a - Badk-Fill of Utility Ttwichot 8 SAO d Re _pK c1'e- m-- - e ni-t---- Repaluan Tip f Up a 0 Eiith,'Sla Slopes -- ------ n 8 8. Special Precautions For Erosion Control 8 Seeding $porifipationg 9 Aesthetics I Required Pruning, Practices 10 I Pruning,5ume0ons sPee Uwhy rAft4aw" T.XQ0'r DLKECTORY FOR UTILITIES J. D. GREENHILL UTILITY AGREEMENT I PERMIT COORDINATOR 817-370-6588 Buzz KYLER UTOTY -COORDINATOR 817370-6827: PAUL nERko UTILITY COORDINATOR 817-370-6866 JOSEPH BENNETT UTILITY C'OoRD;fNATok 817-o370-6883 Jimmy vAU0MN UTILiTir.daSERVER 817=307-1617 STACY CLACK UTILITY OBSERVER 8173`13-3873 CLARA ELLIOTT U-Tluty 00alitt wN. f RRAICiT, 817-370-6585 BRENDA WATTS PARKED PA40 _PINTO, JACK, "$F 14 6-1 10-6�W S. TARRANT,; JOHNSON, ERATH. HOOD, SOMERVELL AREA ENGINEER 617 20-2900 RONALD ROBINSON RANDY BOWERS ASSISTANT AREA -.ENGINEER 817-2024900 JERRYSTOUT UTILITY M11-ft 8 2- 900 ama BILL NELSON A ENGINEN AREA 940-626-3460 GREG CEDIL:O ASSISTANT AREA ENGINEER 64.6-626�400- JANET DAVIS UTILITY COORDINATOR 940-096-1400 j .5 MIN RALPH BROWNE AREA ENGINEER 817-399-4302 OSCAR CHAVEZ, ASST AREA ENGINEER _81.7-399-4302 JOE FO,5SETT AREA ENGINEER 817-370-6638 ALBERT DURANT ASSISTANT AREA ENGINEER 61.7n37"638 for UtHit* Imstallgfians 3 MARC Mc ENDREE AREA ENGINEER 254-9664511 DAVID BULLARD ASST AREA ENG. IUTIUTY COORD. 254-965-3511 JOHN CORDARY AREA ENGINEER 817-596-9834 VACANT ASST AREA ENG. (UTILITY COORD.. 817.596-9834 WALLACE hWNTIEENANCE.'SUPERVISOR 81Z;202-2900 BRYAN ANDERSON UTILirri. OBSERVER - RVER 60-M-490-5 RfCKYTOMPKtNS MAINTENANCE SUPERVISOR 540-642 3400 KEIT H PROCHNOW UTILITY OBSERVER (WISE) 940-626-39011 . ANA kiDBIN80N UTILITY OBSERVER (JACK) 040-5617-6611 we"I MAINTENANCE SUPERVISOR 0174283-2731 gAPY PHILLIPS NOTE :'UTILITY PERMIT OBSERVER FROM -AREA -OFFICE OTACY-OLAPK 817-313-3873 _'' MAINTENANCE SUPERVISOR 80-45-4416 RALPR_GARZA____ NOTE,- ITTUL"T MOM OBSERVER VROM. AREA OFF" JIMMY VAUGHAN 817-307-461*7 JAMES PARKER MAINTENANCE S PE SOR TORY-mu" UTILITY OBSERVER 2S"97q2647 '. G go- RGE MITCHELL DESIGNER "Wr NMI ALAN DONALDSON MAINTENANCE SUPERVISOR 817-596-9298 WAYNMU=2 ER Unary - kKeR OBSERVER (PAR _.) 017 -696-9298 - BRYAN RIGGS UTILITY -PBS tPA40 MINIM: 240-325-2414 IN CASE OF jEN9RjPEW-),E$, CPNTAPT -4.,A GREEN.1 Za.. 4 4.1,7470-458s; LIGHTS AND TRAFFIC CONTROL DEWCES SMALL ALWAYi_iW_:&'§fb__, A111LT WILL -'BE ;S'ri#C.T ACCORDANCE CORQANCE WITH THE GUlDrUNES OFTHE Tbfurm $p"ftsmos to, 00*1"44agam ,%moll TXDOT'S MISSION STATEMENT The miWon of the Texas DepbrtmOnt of Transportation is to provide sate, eftetive and efficient movement of pe6010 and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control. White working on TXDOT right of way hard hats and flvoresr rit safet ,a _ _y vest are required at all' firries, PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall tie .conducted in. such mariner as to orotect highway facilities from damage at MI times. In addition, all work must be done in strict, accordance with all US Department applicable regulations of the occupational Safety and Health Administration (68HA) of the _ a'fti"- of Labor. USE OFEXPLOSIVES Ng ex way i rmission. explosives shall be used within limits of -highway flght-d- ,- withotAwrten pet__ . PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction ooeqtions -the- Utility shall notify all other U panes- who may Vjity Com have facile* in the area so they can determine if the, proposed construction_ will ,conflidt with or Otherwise doffia4D theit -facilities. REMEMBER. 1-8-6-0-DI-G-TESS- DEVIATION PRIAI APPROVED "S No dbanges-shall be made to the approved location of utilities Withbijit prior6utWizatidri of Ti(DOT. The Utility stiall, make nec4ssary arrangements with other Utility Owners for moving facilities 26dhdr supporting tarns durjr'19 trenching operaticirts-_ ,%Sao, Any pooms, otoors, etc, relocated t0A - the -d 'underpround utility 116o shall be moved toward the, -ear e propose y highway ri . ht- dkway 11-he and location shall be. subjept t6'fxl)bT ilpo Val, _9 All utility lines hcorrectly ins ix. remov00,-an - 10ic( th, proper 10pation e the ehtlreekpen�seof ;he Utility. 1 0- - ta.lfed shall - _ . d STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines -shall be. staked well In advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is, no conflictwith highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competentfull-time supervisorsor for all utility, dons instalfa NOTIFICATION OF JOB START 48 Hour notification Is required for utility ImIalblitions. Please have1he following- Informalloa.ready-when, you call: • _APPROVP PERMIT -NO, • STATE HtPHV11AY,'N 0. • U11-1m][TY COMPANY' • UTILITY SUPERVISOR OR INSPECTORS NAME and UTILITY MOBILE00, • GENERALCONTRACTOR'S NAME '4 NAIVIE OF FOREMAN ano MQjBfL8_PHQNE_ NO, 10 $T 0417-E— __ TXDOT LOCATES 48 Hour notification is required for TXDOT locates, BE AWAFIkU TXDOT has a onsiderable, Investment in b-affic. sigr4ls, U§ht[N, and traffic. management system. These systems include urrdergrwnd electric and Wr optic Ones. if any' of the above facilities ate withal the.11miffs of the utility project, the utility Is re.quIred-to call the phone numbers 16ted below: Signals and U§h5ha;-. Pfi000#(8t7)-370-6671 TFaffic-Mdriai4ement, Phoiie-# 37"745 AERIAL CROSSINGS 71 Hour (3busihoss days) notification Is required for aerial cra"itigs. Crossings on- controlled access Nghways and/or high volume roidkiys- ziin bhly be, O&fofted on Sunday, between the hours of !a--m. in 7 a.m.-with police. assistance tthd. traffic -64 Crossings on non -,controlled access rdgkbNays andtor,kp* vdadm rdactwo)o W be perfiorimed arqUffe during the. week. Monday, thrufddiy, between ft*li&ft of 9 a.m. and,4 0.1fi.-WIM proper trVftoM"_ LANE CLOSURES 71 qW.(! bus fs required for lane closures prior to the. akerifi6fi of bafft flow .- _0 I --- -1.4"s no"ficaw" If a W* closure ed due to an -unforeseen sibiadon: and after a utility permit b6s-- been iWr it will be - , 09W � - 1� . quk_ noceqsaty-to call the TxD0T U014 Pamit,01fioe, at 8171370-6697. A traft c'i5nW! OantbuQ be-subenifted and approved by-TxDOT prior 16.1ane c6sures.. Notw. An Frigineees. - seaf may be r6q*ed fbit ldnd clottk6i o6 Wrtrb!W access hi-**Ays and bligh Voluffio roadways STOCKPILESON TXDOT ROW StockpOlh§41111 be allowed with permission from Yxcot- prkc6,, pern9sston.-as h - 04beengrar0edi stockpiling n start forty- ftUbours: prior to-constructJon. -The stcWile shall be placed on the right of way line oras closess possible wfthduf obstructinig the curb, pavement I or line of site. All - 6*erials -mu s( be removed from TXDOT right of way completiorfoUthe ptility ' project. COORDINATION OF WORK WITH 1410"WAY CONTRACTOR OR, STATE FORCES AS work related to 1110 hathilatibil of ulflCes-shall, bew manner W Mt anyway voth ndu4ed in hVTimy cckfsft"6h or T.*DOT nfaint&*nce OPW4orifs _-7 WORK DAY RESTRICTIONS ENcept; cases of emergency, A or State -H~ or at In T y, pq Wqrk W0.1 bie, allowe-d on Saturdays„ Sundays, Feder plot If c 4ay� - wo 1141�� G 8 RAKEP BY TXDOT IF the Utility shows that '_off _ A it hi&cessaiT+ to avoid sary" W"ptions to pubft and the. Utility agrees to the following conditions: O*q TY091'approval at lead 48 hours in,advancm-The Contractor is r"uh*d to have tuMde4t personnel ant! qgulpment an the job to affic iciently execute Om mu& Why The wilthave 4supervisor 01fispeptor present on the job atall times while thework is in pWess. INCLEMENT WEATHER To ensure the safety of the traveling poblic, as well as the pqrOe!cl#r and his crew and TxDOT agents, no work 6 shall be allowed, during Inclement Weather such at, but riot limited to rain, fog, snow and sleet effects visibility and/Qr traction. PITS All pits shell be excavated and clo"d within 48 hours. Jf the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL KEQUIJ R_ E-M E-NT- S Utilities crossing- under surfaced roads within the firrifts of highway right of -way shall heplaced by auger bore or tunnel method, unless otherwise spedfic0ly aurth6rizzd, by Yxb - . OT. Bores or tunnels shall be placed at depths below the roadway structure which are suffictent for' superimposed live and dead loads and also. prevent collapse of supporting soil bvittweten hole and roadway. Boring and tunneling operations shall witend, outside of the front slope and clearzope of . the h - jgh#ay. Rores, Where material beneath pavement: is sandy or unstable and will •be sub! to raving; the 11616-for The casing shall be bored and eased silhultaneous-ly and bored, material removed th(Ough. msthg. COW-n-4 We of auger or dO shalt IWA prpject. tnqre -than six (6j inches of casing and no water shall be used In cohriectloh ... - . wkh driging7. Where -material beneath pavement is stableand tiot subject to caving, and All by-TxDOT, ftfe hole for -the casing may he bored first and casing inserted in th6 hole immediately after 66nipletiori of Wirig. If allowed by tzbw, water, may be used in conjunction- w-ith boring - Sore Pit 1-6cation Pits excavated for boring or tunneling qxradnis shall be tocaled.so that any possible sloughing of sides of pit will not en tiger shoulders placed as specified -eTMUTCD. g -A o-rs- -or pavements ainds6 that barricades can. be p a Pet - -M th Bore:pits should be tocatied- at least A]h1rq feet ko0n - the, ed& of the:fi e&W tlff6uo taffid lane and not less than twenty feet froth the edge .of parverrenton ramps, On low traffic rdadways aril frontage roads, bore pits should not be leess,1han ten feet -front the edge of paverftent or five feet from face -of curb, Tunneflng Whila hole is being tunn6led, casing shall horrhally4 be 161*6d into place as 6perations. progress. Working face. of excavation..shall, W� precede --advancing 4-rid of easing by more than two and one hal f (Z-)feet unless otherwise 900"-d by TXDOT. All voids around casing shall be .pressure groLftd- The grout 0hall consisting of Portland Cerndnd avid washed sand and. containing not 4pps than two (2 Cement bemen sacks p� Pod Cern per cubic grout. Ndilidnal t shall be odd0o# Worlwbkdy r stability cannot tip qbtoMd. An Alf-ealningagent 4 also added 6 the grout mbduriq to facilitate flow if necessary. 0iouting shall be done- immediately aW zasing has been installed in hole in order to avoid any phq2r]1q0 of soil and settlement of over burden-abovp casing. Means shall be provided for proving that voids are: filled airqund 2*'4iame4_kr and larger casings in the event there '�tll p!ugsatinterva is some doubt by TxDGT. T00jmay re to lnjiafUerii�v s-Irtalcle thecasing. qqlre the _,ft, _ - i�a No holes shall be drilled in pavement or shoulders forgrouting operations. MARKERS The Utility shall place a readily -Identifiableand suitable rnarkerat-each right -d- ylinef ' of -way or highway crossings. Speriffad"s for; L*Hty tnitaltiftni 7 :F4wt*6nh Diariti :Utilities OW parallel the right of way Wulf place @ marker every 1500 feet at Intersecting streets, and highway drainage culverts.. ABOVE -GROUND APPURTENANCES Abov"rbund appurtenairwAin,such as pedestals. fire 4drants, meters, aft., shall be bepted at the right-of-way Une- BACKFILL OF UTILITY TRENCHES lJIE1i1ffRlPTJ0W This ipecifica �qrn backfill of trenches, which have beery opened for the removal, adjustmenti isr App shall goy Installation of utility Ones within the Omits of highway right-of-wW, acept when. permissidn is granted, compacted baci<fill. will be used for utifity imstallations. Backfill shall consist of compacted material'obtaink from suitable, soil expayated from ' the trench, or from sources outside the highway right-of-way—MatedW shall tie free. of rock. lumps, orclodsthat. will not break down under oDmpaefiom Backfill material -shall be placed in the trench -in 1*4irs hot to ex-ceed W In d6pth and -compacted. Water sha11 he added as re"Tred to Axilitate compaction. Compaction shall be done with rollers or-'rhechohical tamps. Use of rollers.will .be alto - "d only whbnsodh use is be - - to T not believed detr`imentbl: to any highway'lacifity. !lid 4", Of -roller used th ti k'e _,*,DOT, When milers are used, ai&hanidal tamps shalLb6titiddaldingthe sides Ajf Vench to compactAnyby reached v4M rblers. Compacting shall be continued until a backfi. &MAY- is equal jw 06t. 0f the oocerk undWurW ffiat6rfal. WtWe trOidhes He within the limb of dralmigeditches -and channels, which arty in sdtd A*_-k TxDOT may require V 61-concrae backhIt, struck"o# flush with the top of rock. SITE CLEAN UP Ue tltlUty res-_p 0 for site -clean 'upattyre end'aleachworkday. E oadways a000qrif*#w thlify -cqttstrErcffqrl site stpil be ke - free*= Aimis. construction materials, and -mud, At the end of each day, construcition e _pt as far from the roadway As ftsiWd 'Y' qu; Pent and ��s shall be moved within the Safety rules. P N.W If rquoding.of the roadway occurs atany time; the roadway shall be cleaned hmedi;A*, When7tho -atility installation. Is comelete, dw right-of-m" shall be reshaped to Its original condition and the area reseeded or re. -sodded to reduce etesion. should SW e Installation, XCOT may specify rom ot or erosimi occur within pnq. (1) -year of Im �41fty In a , T p pt- 1.ep1[a9eq)!Mt * the gbTdy§ qx pen" for bringing the conslru nsi to -a -satisfactory -condition. TiDOT 01 restore site; that are left at an unsatisfactory condition after notification has, been sent to the utility. these -ill" will, be restored tooriginal condition. The utHity_shWI.A*-reimburseaIl costs incurred by-TxDOT for-a-fl. reoiirsmade- by tit),OT, 'these coitsAnclud%, butare notilimited'16 matters of. "ffletafety, "gM'6f *ay*ont3Mf, r"ation -and repairs to all highway structures: including, but not -limited 10 roadaAd0wayi, terrain, lanllsbapmg,. fences --etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES ",toft-t" by trertming o erations shag be re . and s Of rwy rpw Vnisw to match that rp�apctd operations shall . - 'Plaiceo __ - � - - of existing riprap, concrete riprop shall contain not less than three (;) "Ots of Bement W, per. - yard of concrete. ya RdInforckg steel shall conform to that of existing, r1prap- SPECIAL PRECAUTIONS :FOR )EROS! N CONTROL Special precaWons should:be taken; duft ufflfty instaitat, `to avoid coslor RV existing drainage courses. In addition, sod, erosion �t�K be held to A afthift Ole Oj)�qn $It should be opt A" . m y from the roadway and ~ inleis. Duffig wnstructidn the roadbed and d"es shall be nialdt4rod in Sach condition to insure proper 0*nage at all times.- Dhdm.' l0 - di--- s: and,-chahnbls shall be mWhWj ftgo to the re-adwa y, 1*14 fifativa"is pwfw" blarliA To -avoid soil erosion, it is adVised and encouraged that the Utility Contractor use all applicable rheans (i.e. silt fences, flay balls, Pock filter darns, etc.) tddetour 5oJlf;orn.erodirfg into roadway; dft"s, and adjacent.propOtY SEEDING SPECIFICATIONS RURAL AREA WARM -SEASON SEEDING RATE 1.0 Pure Lfvd Seed.(PLS..) 00uhds, Mixture for Clay or Tight Soils Mixture for Sandy Solis DAWS _Eastern Section Westem Section All :Sections Feb i Green Sprwgjetap 0.6 Green Spranglotop- '04 Grew Sprahoeton 0.7 To, Sideoxts; Grama' (F=1 Reno) 1.8 Skiwats Grama (Haskell a El Reno) 1.8 SJdWarls; Grama (Haskell) 2.2 May 1 BUewrme 01..81 ulw�pstuesten IJ. Berrmida- -s .0.9 9Ud14nretesms noA (Lametj orChoyenne) 16 #JeSluestin 1.4 K-R aluestam 0.7 K-R Bluestein p.7 tend brapsaed 01 Switchgrass 1.2 &AtdVass (Maroc or Blackwell) I.2 Total U. Total 6.9 Total URBAN AREA WARM -SEASON SEEDING RATE ImPounds, Pure Live Seed (PLS) - ----- -mixture for Clay or right Solis Mixture for S - andy Soils Dates, EastemSecton Western Section All Sections Feb I - Green spir2n9wop 0.9, Gireen Sprangletop. 1.1 Gween Spiongletop 11T To l3ermuclagrass 1, K-Rqk iestern K-R BM--slem 1.3 May 1 K-R Bluestem Id Buftiogrags 'Im, suffafttass 1_5 Buff .10W. 9.0 Total 11.1 Total -13; 1 Total 19 TEMPORARY COOL -SEASON SEEDING RATE R - 7- ""Moe _-_-In pounds, -Pure Live Seed (PLS) Dates All Sections' Fdb1 _Ta1l_Fe_SWe7 4-0 To Western Wheatgrass 5-6 May 1 WbeW (Red, Winter). 30.0 Dates Aug IS- t6 Nov 30 Total 39.0 TEMPORARY COOL -SEASON LEGUME SEEDINGRATE In pounds, Pure Live Seed (PLS) All Sections Crimson Clover 7.6 Total 7.0 TEMPORARY WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections May I ('Totaf Fbitjil Millet 3Q.0 to'Nov 30 Note: Names in parenthesis 0 repiewnt limpmve0",var"es of the species shqwn: 3641 ts 9 - f0mv.,6.1t, Djarmt AESTHETICS To preserve and protect trees, shrubbery, and other assithetic features on the highway right-of-way, TxDOT m-ay specify the extent and methpos of tee remava, tree trimming, t or their replacement TxDOT may alto specify the _ installaton methods of the underground or overhead utirity In order to protect and presove- trees and other aesth4iic heatures. ]REQUIRED PRUNING PRACTICES PRIOR TO CUTnNG • Locale utility lines with the least possible interference with Irebs. • Amount of dearmice sbwld be determined by the rate of tree grcmAh. • Remove minhum nwbpr of branches to prqvMe _qade u,ift clearance- • Maintain 4dequate.dearancie for lines, NOT ED(C iVF_ &tARW&E, • ALL pruning, shall conforM tot sgnLrAd b-66 gw_Veiy jkadtim. e- Preserve natural character of tree: #KERIE TO dift tn.rem&ft,a iMb,, the iqqt*ttquW be made ataJork where the remaining branch will be at f6ast one Wrd the diameter of the. one romoyedi UMB WWMAL I. In removing, branches the be made ai_,a16rkv&h the. remaining branch at Wit M64" thd .d — fameter-of the one :rqmovW, Z Under c-u-ti-i6 -9-Pthe way,through the limb,_8'to,'T2_ inches from the main stefri. Rem _w limb 4 to.&inches outtom the first cuL 4k, Rerneft stub with an even, cut sothat a trace (called a atilt-pift:W." (about "A k*h)- 'S. All cuts two (2) Inches or over shag be painted with an approved &,VWM' Se6 pq 11- DISPOSAL AL 0 . FCMNas N1.0nirtqd wood and brush must be removed from the right of wiyaiid dispQs6d,0f Jh accordance with ft-_-Wys znd'regulations of the commun4, county; and state. - Disease brandies (espedally those fnfectied WM tick -*It) Oust W prd0bd.y0[s;p6aL*d Of to oevent the Nrliw spread of the disease. 9P044"It"-fo 00t0sts"O"M 10 F"t Wodh Disditt -PIRUNING SUGGESTION$ A Alk 4- PIRFSERM11 SYM voy. 11-16 tomesislikstE inva JAMMOAMPIS 110 e qq" an 01*46, +Wim fie Fre" jN!#k zui, fpT al.b, "SMA"� ofstRABtE 4*044113ARL-9 oaopo cio wsov�k te- #L or: -wo 404MOk.4 *-' rvesty walfiAtkus. -11 Fort Worth Distript Please be responsible and notify TXDOT 48 hours rior to starting construction, and be prepared to provide the following information. 1. Permit and Highway numbers 2. The name of the Utility Company, a contact person's name and phone number. 3. The name of the Construction Company, a contact person's name and phone number. 4. A start date 5. Date to be staked, if applicable. Note: A coon of the attached Approval (including all attachments) shall be on the iob site at all times. IF CONSTRUCTION IS FOUND TO HAVE COMMENCED WITHOUT 48 HOURS CALL IN NOTICE, THE JOB SHALL BE SHUT DOWN UNTIL PROPER PROCEDURES ARE COMPLETED. Appendix F THE Permit =A QTY M: 07A.S_' ".Y.'f* -.1 ' SK.A, 4, 'N T; AC TR UNTERLOCAL AGREEMENT -7 Between THE MY OF DALLAS, THE CITY OF FORT,?votMi.. ),A,LLAS AREA .1ZAPID, TRANSIT TfM FORT WORTH TRANSPORTATION AUIM' ORITY WHEREAS punsuantiothe lnuerlocal Coop eration Act, Chapter 791, Texas, Go -PI -PI, Code.. thtUTY OP FORT WORTH and the CITY OF DALLAS (irrdividualfy thz "Cify:Afi"A Miniar tb_�06;-Ifie "Cithos") adting- by- and through, 0 W Railtran ("Railtran")., ac on aff a(ikZ agr0-nrY:1e-;satAjlied- and. orwrli-wd by the Cities., pum )LA to Stcri-an-- 7*91.61 J_ 4 --t-W.: 0 o me Ftimni. Cb d e. DA LL A S- AREA RAPT-D - T R'AINIS-I- T C'DARr* aad. the, PORT " - W TkANSPOkfATI-116N kumakrry(tte -11, both regional tran-spomatioll existing pmsugni to Chapter 45-2 ref tare Texas Trans-Purtaticin C_6dt Authorities'}, may jointly exmise the power to provide- gover=om- i sery ice's- -fem -the- haalth, safety and ggener-all welfare.- and. WHERPSAS.. pursuant to Article 1182k Trxa&R�wsed Civil Statutes ail XwIr0aidi4 activities carried out by public entities jointly or severahy, are .public and g.qveiIIm=I-W*fU*IAr: and, "A WHREASon- or aboutJanuary 23, 119S41 dA5-fI TrasitAdMiniVao--bmrMin TX9126692jb Y Ir Ab: d i-ofmray,-gj�viousfy -,*iled b -an ac ai-r-a 'Gi _I .Ra. conned ides- (the'Corridor`' and, VRIE,REAS:. on orf ,about JU-ne 10, 1-994t, tM- ,-T-..- vd.Abe;,T am J-hutr*, aI. Ah�_*2 WHEIRRAR on or-aboutlMay 26 11�9+,: the TiOntz6oft- S-eY-ae-g-!WW &g 9-4-P �w -'-fthd 1,ah-,-Me -X'); -and-. �WFIEREA-S- -drx )&e mber-301; 1:990. thq,T-� -:thz all dg&sW e hase:-ef -theTIRR-*Connnuter rail szrvico--40.!i�, .p:�Op.�tb 5 is - ,r t Pr 0 . . . . . . . . . . . WWW -REAS. the)T Xas t-e- -Gek—ed. fu 1 r Inn dTrp-- fdctbe- eoiismmjiffwto i - jof ar-he. sft-o i cQiiTirit ter jai? 'dot 46w 'Ojcr Aii -vic.ebwffiet d N��-e:.c - - i4ad; jit&wi WI*Pfiz- ah_d_, VNEMI-A-84 fbe 1-f-amir AtLow-Itiffs, s -d -tml-Xer of the Cities.' i-faeres-1 inure - --btri&ir ta-M T-.�-.mit--A Et. Jdewt oprapen amdawsir&tfalr.un r ffift C or ndzo -the Urridpr: and, V:_ WHEREAS. the parties desire to enter into this lnterlocal ALrrxmr-nt (this "Aanree.rnent"), to effect the transfer of all of the Cities' rights, title, interests, obligations and responsibilities in. and to the Corridor to the Transit Authorities; subject to the terms hereof: NOW THE. REFO:RE, WITNESSETU: For and inconsideration of the perfo mance of the mutual covenants and agreetrI eatr<s contained herein, and other good and valuable consideration, the parties agree as follows: 1 . Conveyance of the Corridor. The Cities shail convey to the Tfans t Authorities a full undivided ownership in and to all of the Cities' right, tittle and interest in th- o-mal property constituting the Corridor by a deed without warranty in the form ..ctached hereto as Exhibit i, anti incorporated herein for all pertinent purposes_ Such conveyance shall be on.an "as is" basis, subject to the p,ovisions of this Agreement, which shall survive closing. This conveyance is subject to the approval of the Federal Transit Administration. 2 . Assignment of Mon -Real Property ,assets, 0-b-I ga- i©ns aft . Responsibilities. By their execution of this Agreement, the Cities hereby TR,AN•SFEI �Md ASSIGN all of their beneficial right, title and interest in and to any and all assets, aupeeme-tits =d accounts related to the Corridor as set forth in Exidbit II attached hereto and incorporated herein for all pertinent purposes (the "Assignment'), subject, however, to the Transit Authorities acC.ep l% and performing all of the Cities' obligations and responsibilitiesin connection therewith; inr=li tit tg: but not limited to, the obligations and responsibilities imposed upon t:he Cities -pursuant to the - Grant. The cash balance (except for an amount. if any, which must be retrained in- accordahft-- with the Cities standard accounting procedures) shall be transferred to the Transit Autho_diies the sari da-v the Transit Authorities transfer the property declared surplus as described in Se.ciian 4.013JbI " �. by Deed without Warranty as shown in Exhibit fII attached -hereto. This transfer of funds �atdlh&-- execution of the two deeds in substantially the form as attached hereto -shall occur°no.iatft` Thursday, December 30, 1999. The retained funds shall continue to earn interest until suoh-tinie that the funds are transferred. The retained amount plus accrued interest_shall be transferred to tee Transit Authorities no later than .taquary 31, 2000. 3. Acceptance of Obligations and. Responsiitrilitir s. By their exec=on:.-of. - this Agreement, the Transit Authorities jointly accept the Assignment and COVENANT. h : AGREE to comply in all respects with the terms and conditions contained in the ass'r e ;. agreements, and further agree _to assume all of the Cities' obligations and responsibil?.a&,s yip; connection with the assigned assets, agreements and accounts. 4. Additional Consideration for the Conveyance, hssignmeftt• Transfer. As furti;er consideration for the conveyance described in Section 1 aced Ytie'i'ca%i ' acid Assignment described in section 2, DART and the T, jointly and severaliY agree_ as fol]oV ,- 4.01. Existing Corridor Uses. Each City's use of portions of the Corridor existing as of the date of the transfer ("Existing Facilities") is ACCEPTF_D-and APPRI?�OVBD. 4.02. Future Use of Existing Filter Optic Capacity. Existing flber r�.rip agreetents negotiated by the Cities prior to the conveyance provide for future use by ea&C i f. _ . fiber optic capacity at no further cost to the Cities. Each City sirali have the continubig fi—gM its-=_; - such fiber optic capacity for its municipal purposes at no additional cost for such access ri'ghti 2 :yYa dpon iiotir e froth the' City's manager to the Tra-mi-tAut[forides. provide-d, koweverilial eadiCiffy must baar the fWT costs of activation and connection to the existi-nCro fiber optie conduit. 4--.03. Corridor Use irrrd. Crossing Rights. Procedtw-&& Uach CUy have the 6&4-it to use prordans, of the Corridor and to cross the Corridor Mth streets; ualib*-�-�iuik` otbet infrastructure (the "New Facilities"), at no• cost t3b, the ciry, other vh-RiA C.0-5-1-s Vec fired in this Agreemat: provided, however. that such use and crossing.rag hus• shaffith-g-, rarirevsoaably inte'dare with current or future Transit Anthof We..S' 6,2111' ,5 a 11 d Use* daTe b Wn - for T4&-ir 6TITFOses. The exercise of such tusn-e and crosutng rights srwll he carried ekiv the7atrf-haTO of this A-grearne-ot, and to the f-Wiew-ing prat-edures: and -no outer dorumom, -.,,"4wT lic*emqt•or easement, sh-911 be necessary or required of either Ory. (a) M such rime as either City de -sires in use. or cross the Cbrridot wij-b. its Facilities, it shall submit A.5 proposal, inclirdirig pl4n and profile stTeers., to by the Transit Authorities- (the "Reviewing Offte-r"). Each prop _9 sii-J -.9-h a -It * oontviv -sUAJ** information and -de -tail To enable the Reviewing ing Officer f a- d etemline Ifte e xw- -rif arrer, i 70og d'o rr. bflft * * � 7- City's proposed use. The Reviewing Offizer shall. provide W. m- mmrs to the C.-inv's i"Osal- W-f6h v ja. a reasoo-able time. UpoTT approval of the proposat by the R-:nrivo.,irrg-OffiCer of the TivrAt Authorities. the Citv may begin work on the proposed: prMimt. S.u,cb appruvM stlfl unreasonably wiM.eld or delayed, and %%all be aiveft without tie macessity of tfteLCity.=exadpfff any additionai docamem. or the payment of additional coasidexamm. (b) Excl- with regard to existIrtga at--g.-r ad m-crossirigs--the- re;cf.Liesti:nr:";C�--ii.vsbig.-n—,e-a-.,' Pt . the an -tire cost a:nti expe-rise of ma� designing, ll-Ii , imca,.g. W.U.-S-ttma-- -t- &-t-6s-i-ruzarr.- P, W operating; rem- oving, mg)"acing- and mgmai-ming its N S-W. bladia" 1M- tdi,,zoftAb16.costs-asO, ciate.d w-iltAhe-necessary-essary relatfttiori -jdf uft-d --dat-n-agello-Ift. i 'R 4OPf uxie-.j ar, A others' fv�-Rdes caused by such City canstvxz-j--Orn: and-usi. and in sub m-a-imirz. so as to m. mi-mize, ince-rfi.-;.rrrice wAft-the Ttnahi-sit, J. Is. op (c) Costs associated with recon . m-micli of- exfsririC at-gmde- sharc-d-eqn-ally byl-heireque-s-thIgCity and the Transii-Aafftrajes. (a, In altinstames where a omitf-artor N-afffiwd the contram-st-ID pror---46- - the 4Mm4md the Tt=sit -Aalheities; their s1-41 -bee neme - the-c and as additional: named. fasureds- onth—con rr cter's requiT-eA: 4 (e.) [n.- th-c Pverit the City's Facilities. must be ridocated at a fuumte 'ties, -sklYreloica:&n sha beacc Me Tr�Amv Aitharities Transit fa-eiTI -whqwmr; the TranAit-Authbiitiirs small take Fall"-OTI 64�Ag oongrartion -sregt.to: minirrize, the refocation t)T--n,5e- f6rdt-I City (f)Vhiff provisions -of Section 4,03 and- its- fuh.seu-t-jotis - th- mpzu: a ppficab le! m.. a,,Cif y's req* ILVes t for Corridor. i)s e a r Cr es ipg fm -C ity Ne W Fa c:il ti 69- - 6t -Ir th this Agmmneat is ex-Pearedi -or -not-s?.mfit-Wyl 7 An-&-dW-Jons. 4 " 4.)- and 4`A6(q) of dris A-agmem cut- Any -�e _F Fit 1S igeG MCI -0 21-It4e*- Esbx-�M' - - arigd des i a effect -at the --;-me this •Avjftme -U -- r( V described -in Sec-iom 4,06(b)-md 4.06(c) thot-have,beall s use tea ti ilisfiiuizd. stall' --be done at the Transit Aiatbarilaes, expense. 3 Q M �Md 4. G 4. Sar-plus Corridor Property. Portions of the Corridor. inctudibig fhiiar sections not necessary for transit use and declared surplus by the Transit A-efth-otitits, MAY fie �io. bar either City for marricipal purposes without cost. subject. however. to any appirwo-Js, re4u,11j'ed. from the Federal Transit Admini.itration ("FTA") or the State of Texas. Any suclT use City stall be without cost to the Transit Authorities. 4.05. Abandonment of Corridor. In the event transit -rail passem-ger. se'..-r-Acd- i s -d 1 sgbolkn u ed upon lb e CmTid o r for a period of twenty four(24) c o ns eau- ti *. e nio rrths, f fji�;Atud' ,6pAriet. rnay request the Transit Authorities to re -transfer the Corridor at n-o cost to t.� Clfi upon- receipt of Such request; a re -transfer will be effected, subject to the approval -of. the'_* F-T.A� : M 4 ' 06. Specific Restrictions, Reservattons aad Eas.melyls� it, ad&ViG-i!.W_, ' "': � 'St the general. restrictions. conditions and rrsermios to which the trars-ferof the fti-T&a.aUT-690r"O subject. sp--ciffic provisions shall apply: sub ect. the Folfowing ' - (a) Restrictions on Bfifta-r4s. As a con-&dotr of the us-.9.4erof the RailLran Corridor property provided for hexrein, the parries agree as follows: (i) bi addition to any .permit or pem�&-,% requi4by the. Fort Worth City Codes, DART an-d'ttle T ihafl- �vot..Z' billboards to be placed on or rdot-ated to the Without the express written cm.eutme-ner, of tho'. Management Director of the City* of tlaflus (for the-VoAt. Railtran Corri-dor in te DaRas- -.dV firwfs-Y -=-Iho P-0a.-Mi Marragzr (for the portion- of the R-ailtrgV C-qp'zido-F I_Tffh&.- F.P., city limits); and in any tft� term. Fdrl' bifflboaTd stmll -tie on, a mootb-to-month. -i�sis: -9--ewsa existing biffboard-.s-bd. be, &m."i ei.k-a -.ite-W liirO' m4r- - pe-,,q afbreme-ndonid express wrilron. conqua-emr— .4it-y. he.wit. a g' ent. -fbr aii: ex_istirTg1.om*-' or any renewal ar,t6lou be orr a. m- (ij) DART and; rbe- T.acki iumledge -Via -the Heetyes- fok.- billboards lzc.ia 1a (Od Of Tiollwisy, irr Daffm wlifiwba ag-4guod lo: DAR-7 ol, th. e T. (b) OW[as -Gonvexfftm - Ce'nte` , F, : U SIOU, -F XF41t., TUs I S-R-T. *r -fiT Railwan CorrMor is speal Ice iY Subject to the City of 'ri1g, -here Aresevnna Wrdipps_oF die. Corridor -rig'&of-way a4jacenm W- the DA-as. Cb!ivent-on dllmef,. A'deR Oxhlr!Yas- 1�1. - aad-.1-V., -Adet--d For the zxpattsien of tbe-Dallas M of t[m-Wtran-Comt-Jor. to --the. T-hritic. A-uth. ities- by thp-,*r, r14 Or c-11co I ab,my. S e -o: (he-- Tians it A-uffi7otitirss- shall oDhvey 1bYdeed(zs.)--w, t �wartalr - tootle idhis-afl::of th e''respective-interests in diarczaziftgr4VUty -Nj&. 4 nfa�hdq� I ew, as• ceatern. plared. i. AA T Ifij 1599 ?idp p• ifs-s-p ter dyly ia;dol T sit A.-aOmf "i U4 ir. �n if mczvwy tulporary W,16 &4j. 4 ............. ........ tit -its' Reviewing -ka . . . . . . . . . . . . . Ofr . ---, f MEN 4 I -vw0w-, 1_00f TJ .. dh ft�Tol) - N' DM - r F." L L C-Ay. -Mlituy; dv.: viow Job btly t - 0 'LA isi IC f QiA 15C. U VT V. oj6 to - sudf ---c9hof..' z4ffe6s: aslhie ft4cs rusk di-frer r-T PT ffig-ro.6113TV-11, Mejris at. Z� a4 .fd jaQ wne- R� -7;r _j .x KIP _q sv aq p04 f., Ath 1,e e �_i� R 'NN 00. p r .4 Ac, M - w-"fl 568sbrspw m Pj� Mt k --li. Him:W_ R 060 am -,R bi, --. ggp, q M_ i.- % - R-H 4 D h Mg. WMH�-Lwp WON 't PORM- -41 fl y W NX. .... :4 b e ti i i0m, t �, 4S M i�,!wvo .,�M M -i-, . AR ry A.M b w - g, -aw-d .-b Pv CET: M Se -IT �o V ft- 0- Effb M 5 F_ .406 3. Wwi� �F7,-,-'�--, , wffieclWfi d •ind- Neff,6 m7e. M-A _-4 v 1. d8ff �6�4' 1-0 -Z, . . . . . . . . . . of zRK - . - : .1',:_.%1 - `;�, ovvu-'� _dRi: % % a -N R J 0 S.1 A ss I gidftt! Ci fy ktt PT4� MRT Wow* :0MALL. T-E"k-6 j1,43 77 b4 1 .43 N-IN m Cruy -Vom F-M...F50 'r• _1 _" It"A RE RH-RTr_'*l ERMEE,'., alf-Y. -Alto 7i - WK -S W-0 i.il�i Cif W g PRIF�• Up ATTES-Tpzu 11-T-; f �fz&; . . . . . . . . . . . . . . t�. 0 ........... I IP, 10 7 Appendix G Additional Permits U.S. Ar;ny£Corps,of Fngincers �-4F'ie ntht ...Vi ;. .z ay Enrarimenta� Permits µ DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS rn P.O. BOX 17300 FORT WORTH, TEXAS 76102-0300 1' ' KM9 0 M oN of March 27, 2009 Planning, Environmental, and Regulatory Division Regulatory Branch SUBJECT. Project Number SWF-2009-00124, TWDB Fort Worth Village Creek Project, Tarrant Mr. Jason Voight Alan Plummer Associates, Incorporated 1320 South University Drive, Suite 300 Fort Worth, TX 76107-5737 Dear Mr. Voight: Thank you for your letter received March 12, 2009. Your request has been assigned Project Number SWF-2009-00124. Please refer to this number in all future correspondence to avoid delays. Mc. Scott Kelly has been assigned as the regulatory project manager for your request and will be evaluating it as expeditiously as possible. However, because of our permit workload it may take a •.we while for us to respond. You may be contacted for additional information about your request. For your information, please reference the Fort Worth District Regulatory Branch homepage at http:/hvww.swf usace.army miUregulaiory and particularly guidance on submittals at http://www.swfusace.army.mil/pubdate/environ/regulatory/introduction/submital.pdf, and mitigation at http;//www.swf usace.armyanWpubdatalenviron/regulatory/permitting/midgation/fwmitguid.pdf that may help you supplement your current request or prepare future requests. If you have any questions about the evaluation of your submittal or would like to request a copy of one of the documents referenced above, please contact Mr. Scott Kelly at the address above or telephone (817) 886-1662 and refer to your assigned project number. Please note that it is unlawful to start work without a Department of the Army permit if one is required. Stephen L Brooks Chief Regulatory Branch \.r DEPARTNMNT OF THE AR-N-1Y F-o_;T n]s•ra,er_ cop Ps OF E`dGI':LE--RS , Y 7, J rr'a-jo-4 or FORT WORTEL T.E\-)S 7 51 02-03 OG June 3, 2009 Planning, Environmental, and Regulatory Di vision Regulatory Branch SUBJECT: Project lZumber SWF-2009-124, TWDB Village Creek Reclaimed Water Delivery System Pipeline, City of Fort Worth, Tarrant County, Texas Mr. Jason Voight 41an Plummer Associates, Incorporated 1320 South University Drive, Suite 300 Fort Worth, TX 76107-3 73 7 Dear Mr. Voight, Thant: you for your letter of March 12, 2009, concerning a proposal by the City of Fort Worth to construct the Villkae Creek Reclaimed Water Delivery System Pipeline Project The project originates from the grillage Creek Wastewater Treatment Plant in eastem Fort Worth and temainates at the Dallas Fort North International Airport in Tarrant County, Texas. This project has been assigned Project Number SWF-2009- 00124. Please include this number in all future col-Tespondence 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 1 S99. Under Section 404, the U. S. Army Corps of Engineers (USACE) regulates the discharge of dredged and till material into craters of the United States, including wetlands. Our responsibility under Section 10 is to r bQulate 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 involve activities subject to the requirements of Section 10 and to the requirements of Section 404. Therefore, it iNil, require Department of the Army authorization. We have reviewed this project under the preconstruction notification (PCN) procedures of Nationwide Permit General Condition 27 (Federal Rep-ister, Vol. 72, No. 47, Monday, March 12, 2007). We have detennined 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 and the special condition listed below. The special condition for this permit is as follows. 1. All culturral resources work necessary to comply with 33 CFR 325 (Appendix Q and 36 C FR SOO sha11 be cotnplet--d prior to ncc initiatiop of anv grointd-distuii-in;g wtivities in the permit aroa. A rc-port of all phases of 1111'U'OriC proper4es compliance work shah ba approved by the USACE prior to construction. This NWP is scheduled to expire on March 18, 2012. It is incumbent on you to remain informed of changes to the NWT. The LISACE will issue a public notice announcing the an, as they occur. Furthermore, if you commence, or are under contract to commence, the activity before the date the NWP is modified or revoked, you %ill have 12 months from the date of the modification or revocation to complete the activity under the present terms and conditions of this N,AP. Our reti-iew of this project also addrt:ssed its effects on threat: aed and endangered species. Based on the information pro,%Zded, we have determined that this project will not affect any species listed as threatened cr endangered by the U.S. Fish and Wildlife Servicewithin our permit area. However, please note that you are responsible for meeting the requirements of general condition 17 on endangered species. The pertni.ttee must sign and submit to u; the enclosed certification drat 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 petrnit 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 -� pu--pose intended. It does not authorize any damage to private property, invasion of private rights, or any in;singement of federal, state, or local laws or regulations. The USACE based this decision on a preliminary jutisdic� onal determination (JD) that there are waters of the United States on the project site. 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 cbarges in the Department of the Army regulations. Thank you for your interest in ow nation's water resources. If you have any questions concerning our regulatory program, please refer to our websitc at htt-D://www.swf.usace.army.mil/regulatory orcon'actM. r.ScottKellyat the address above or telephone (817) 886-1662. Sincerely, /w Stephen L Brooks f Chief, Regulatory Branch Enclosures NATIONWIDE PERMIT 12 Utility Lina Activities Llfcc4ve [late: k4aich t9, Jat)t (NWP final Notice, 72 FR 11182, para. 12) Utility Line Activities. Activities required for the construction, maintenance, repair, and removal of utility lines and associated facilities in waters of the United States, provided the acVvity does not result in the loss of greater than Yz acre of waters of the United States. Uti lity lines: This NWP authorizes the construction, maintenance, or repair of utility lines, including outfall and intake structures, and the associated excavation, backfill, or bedding for the utility fines, in all waters of the United States, provid-ad here is no change in pre -construction contours. A -utility tine" 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. The term "utility line" does not include activities that drain a water of the United States, such as drainage the or french drains, but It does apply to pipes conveying drainage from another area. Material rasu!ting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend Ghe period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be back -filled with topsoil fron the tench. Thy trench cannot be constructed or backfiifed in such a manner as to drain waters of the United States (e.g.. bad, -filling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized Unmedistely upon completion of the utility fine crossing of each waterbody. Utility line substations: This N1h1P authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non -tidal waters of the United States, provided the activity, in combination with all other activities included 'sn one single and complete project, does not result in the loss of greater than 112 acre of waters of the United States. This NWP does not authorize discharges into non -tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for overh4ad utility fine towers, poles. and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, 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. Foundations for overhead utility line towers, poles, and anchors: This NWP authorizes the.constrrction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the mininurn size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access roads for the constriction and maintenance of utility tines, including overhead power7fnes and utility line substations, in non -tidal waters of the United States, provided the total discharge from a single and complete project does not cause the loss of greater than 1l2-acre of non -tidal waters of the United States. This NWP does not authorize discharges into non -tidal wetlands adjacent to tidal waters for access roads. Access roads must be the miriimurn width necessary (see Note 2, below). Access roads rnust be corst-ucled so that the length of t,`te road minimizes any adverse effects on waters of the United States and must be as near as possible to pre -construction contours and elevations (e.g., at grade corduroy roads or geotextilelgravel roads). Access roads constructed above pre -construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This i1WP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CPR part 322). Overhead utility lines constructed over section 10 waters and utility fines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP also authorizes temporary structures, fills, and work necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal dcwrtstrearn flows and minimize flooding to the maximum extent practicable, when temporary struct-fires, work, and discharges, including cofferdams, are necessary for construction activities, access tills, or dewateriig of construction sites. Temporary Fills must consist of materials, and be placed in a manner, that will not be eroded by expected high ;lows. Temporary fills must be removed in their entirely and the affected areas returned to pre -construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification. The permittee must submit a pre -construction notifir-ation to the district engineer prior to commencing the activity if any of the following criteria are met-, (1) The activity involves mechanized land clearing in a forested wetland for the utl:ty line right-of-way; (2) a section: 10 permit is required; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4.) the utif� tine is placed witirin a jurisdiclional area (i.e., water of the United Slates), and it runs par?Ilet to a strea rn bed that is t iltcn it:ai urisdicticnst area: (5) dis�argas that result in tt.e loss of greater than 1110-acre of waters of the United States; (o) permanent access roads are constructed above grade in waters of the United States for a distance of more than 5W feet; or (7) permanent access roads are constructed in waters of the United States vrith impervious materials. (See general condition 27.) (Sections 10 and 404) Note 1: Where the proposed utility line is constructed or installed in navigable waters of the United States (.e., section 10 waters), copies of the pre -construction notification and NWP verification will be sent by the Corps to the N ational Oceanic and Atmospheric Administration (NOAA), National Oceari Swvlce (NOS), for charting the utility line -to protect navigation. Note 2: Access roads used for bota construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for consxuction of the utility line must be removed upon completion of the work. accordance with the requirements for temporary fills. Note 3: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the P.ivers and Harbors Act of 1899. However, any discharges of dredged or fig material into waters of the United States associated wi:h.such pipelines will require a section 404 permit (see NWP 1.5) NATIt7NWIDE PERMIT GENERAL CONDITIONS General Conditions: The following general conditions must be followed in order for any authorization by a NINP to be valid: 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S: Coast Guard, through regulations or otherwise, must be installed and maintained at the perrnittee's expense on authorized facilities in navigable waters of the United States. (c) The peaniCee understands and agrees that, if future operations by the United States require the removal, ralocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Anny or his authorized representative, 'said structure or work shall cause unreasonable obstructions to the free navigation of the navigable waters, the permit tee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused t1hereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of these species of aquatic life indigenous to the waterbody, including those species that normally migrate throAh the area, unless the activity's primary purpose is to impound water. Culverts placed in streams must be installed to maintain low flow conditions. S. Spawning Areas. Activities in spawning areas during spawning seasons rust be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas: Activities in waters of the United States that serve as breeding arras for migratory birds must be avoided to the maximum; extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated she-lfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48. 6. Suitable Material. No acVvi'y may use unsuitable material (e.g_, trash, debris, car bodies, asphalt, etc.). Material used for constriction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public ester supply intake, except where tare activity is for the repair or improvement of public seater supply inInke sinictures or adjacent bank stabilization. .. 17 144001, 8. Adverse Effacts Fron Impoundments. 11 t'r.e activity creates rn imoaundment of kvater, adversa effects to the aquatic s}stem Clue to acceleir21:'ng the pHs�zfcle i4 water, 3nd;cr re iriefing 'ts fia,v must he m:n;rr`--d to tllp g. Management of Vilater Flows. To the maximum extent practicable, the pre-corstn;ct:on course, condition. capaoity, and location of open waters must be maintained for each activity, including stream channel:zation and stom water management activities, except as provided below. The activity must be constructed to ,vithstarid expected high flows. The activity must not restrict or impede the passage of normal or high Bows, unless the primary, purpose of the activity is to impound water or manage high flows. The activity may alter the pre - construction course, condition, capacity. and location of open waters if it benefits the aquatic_ environment (e.g., st'earr, restoration or relocation activities). 10. Fills IVithin 100-Year Floodplains. The activity must comply .Mth applicable FEMP: approved sate or local f1codplain management requiremsnts. 11. Equipment. Heavy equipment working in wetlands or -nudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Sail Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and rnaintained in effective operating condition during construction, and all exposed soil and other rills, as well as any work below the ordinary high water mark or high tide line, most be permanently stabilized at be earliest practicable date. Pemittees are encouraged to perform work within water of the United States during periods of low -flow or no -flow. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas retumed to pre -construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be property maintained, including mainter,anca to ,4111111111001 ensure public safety. 15. Wild and Scenic Rivers. No activity may occur in a component of the NaUcinal 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 affiect the Wild and Scenic River designation or study status. Information on V rild and Scenic Rivers may be obtained from the appropriate Federal land management agency in the area (e.g., National Park Se^rice. U.S. Forest Service, Sureau of Land Management, U.S. Fish and Wildlife Service). 16. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but no, limited to, reserved water right; and treaty fishing and hunting rights. 17. Endangered Species. (a) No activity is ZILTorized under any NWP which is likely to jecpardize the continued existence of a threatened authorized under any NWP which "may affect" a listed or andangered species or a species proposed for such designation, as identi;Jed under the Federal Endangered Species Act (ESA), or which wilt destroy or adversely modify the critical habitat of such species. No activity is species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permitiees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. . (c) Non-federal permitteas 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 if the project is Located in designated critical habitat, and shall not begin work on the activity until rotiffi d by the district engineer t .at the requirements of the ESA have been satisfied and lnal the activity is authorized. For activities that might affect Federally -listed endangered or threatened species or designated critical habitat, the pre -construction 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. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non-Fodi.ral applicant of the Corps' doeterminnt an within 45 days of recaCpt Of a complete pre -construction notification. In cases othere the non -Federal applicant has identified iisL;d species or critical habitat tt7at might be dffeGt ed ar is in the vicinity of the p:rgect, and has so notified the Corps, the applicant shall not begin work until t17,a Corps has provided notifica-tiort the proposed activities will have "no eifcct" on listed species or critical cr until Section 7 ccrsullalion his been compMed. (cl) As a result of fo. mal or infor;iai corL,ultadon with the FVJS or WAFS the district engineer may add species -specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA -An the absence of separate authorization (e.g., an ESA Section 10 Permi% a Biological Opinion with "incidental take" provisions, etc.) from the U.S. FWS or the NN1FS, 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 U.S. FWS ar:d NMFS or their worldtride Web pages at htto:IhAww.fws.eov/ and http.//%vww.noaa.00vlfisheries.htmf respectively. 1 a. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed. or eligible for listing, in the National Register of Histo is Places,\ the activity is not authorized, until the requirements of Section 108 of the National Historic Preservation Act (NHPA) have been satisfied.. (b) Federal per, ittees should follow their oven procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed. determined to be eligible for fisting on, or potentially eligible for listing on the National Register of Historic Places, induding previously unidentified properties. For such activities, the pre -construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR330.4(g)). The district engineer shaft make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history Interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed actiAty has the potenfral to cause an effect on the historic properties. Where the non -Federal applicant �- has identified historic properties which the activity may have the potential to cause effects and so notified the Corps. the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed- (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre - construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to --use effects on historic properties (see 36 CFR 800.3(a)). If NWPA section 106 consultation is required and will occur. the district engineer will notify the non -Federal applicant that he or she cannot begin work until Section 106 consultation is completed. (a) Prospective permittees should be aware that section 110k of the NHPA (16 U.S.C. 470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, aliouued such significant adverse effect to occur, unless the Corps, afterconsuftation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If cirrurnstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, explaining the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPOITHPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in trip impacts to the permitted activity on historic properties. 19, Designated Critical Resource Waters, Critical resource waters include, NOAA-designated marine sanctuaries, National Estuarne Research Reserves, 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 haters after notice and opportunity for comment. 2 "me ( } Discharges of dredged or N'l mat=rial into w2lcrs of tl-IQ United States ate not authorized by NV:rPs 7. 12, 14, 16, 17. 21. 29. 31. 35. 39, 40, 42, 43, 44, 49, and 50 for a;iy ac:livicy w"thin, or directly of(ec;ting, critical ;1; such water'. On) For N'!'JPs 3, B. 10, 13, 15. 18, 19; 22, 23, 25, 27, 23, 30, 33, 34, 36, 37. and 38, notification is required in acecrdance vfilh general condition 27, for any activity proposed in the desig nnted critical resource waters including wetlands adjacent to those Waters. The district engineer may authorize activities under these NWPs only Etter it is determined that the impacts to the critical resource waters will bt-- no more than minimal. 20. W ltigation. The cistrict engineer will consider the following factors when determining appropriate and practi cable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (0) Mitigation in all its forms (avoiding, minimizing, recti6 ing, reducing, or compensating) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compansatory mitigation at a minimum one-for-cne ratio will be required for all wetland losses that exceed ill acre and require pre -construction notification, unless the district engineer determines in writing that some other form of mitigation would be more envirorr;ten ally appropriate and provides a project-spe ific waiver of this requirement For wetland losses of 1/10 acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis that compensatory mi:iga5on is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Since the likelihood of success Is greater and the impacts to potentially valuable tplancs are reduced, wetland restoration should be the first compensatory mitigation option considered. (d) For losses of str=_ams or other open waters that require pre -construction rot4cation, the district engineer may require compensatory mitigation, such as stream restoration, to ensure that the actvity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to incnnase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 acre of waters of the United States, even if compensatory -mitigation is provided that replaces or r estores some of tt;e lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirernent associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement fior the establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian oraa will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly �vider riparian areas to address documented water quality or habitat loss concerns. Where both wetlands and open waters exist on the project site, the distract engineer will determine the appropriate compensatory mitigation (e.g.. riparian areas and/orwet:ands compensation) based on what is best for Ltie aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory nitigation, the district engineer may war: e or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in -lieu fee arrangements or separate activity -specific compensatory mitiga;ion. In all cases, the mitigation provisions will specify the party responsible for accomplishing and/or complying with tha mitigation plan. (h) Where certain functions and services of waters of the United States are permanently adversely affected. such as the conversion of a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-cf-way, mitigation may be required to raduce t,`te adverse effects of the project to the minimal level. 21. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP viith CWA SecOon 401, individual 401 'water Quality Cerdfication must be obtained or %valved (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality martagament measures to ensura that the authorized actvity does not result in more than minimal degradation of water quality. 22. Coastal .Zone Management. 1.) coastal stales where an NVVP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone rnanagc;riert consistency concLirrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engirseer car a State may require additions! measures to ensure tiiat'u-ie authorized activity is consistent with s 4ta coGst:cl zone nianzbemr-i%t raquiietrants. 23. Regional and Case -By -Case Conditions. The activity must comply wits any regional conditions that may have teen added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the C orps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Qualibj Certification, or by the state in its Coastal Zcne Management Act consf,stency determination; 24, 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 United States authorized by the NWPs does not exceed the acreage limit of the NIP with the highest specfied acreage limit. For example, if a road crossing, over tidal waters is constructed under NWP 14, with assccated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total proiect cannot exceed 113-acre. 25. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with the nationwide permit verification, the permittee may transfer the nationwide permit verification to the naw owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: '*),Vhen the starcti.;res or work authorized by this nationwide permit are still in existence at the time the property Is transferred, the berms and conditions of this nationwide pernrilt, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit, and the associated liabilities associated wilt compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 26. Compliance Certification. Each pertnittee who received the MVP verification from the Corps must submit a signed certification regarding Lie completed worts and any required mitigation. The certification form must be forwarded by the Corps with the NVVP verification lettar and will include: (a) A statement that the authorized work was done in accordance with the NWP auftrizstion, 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 mi6gadon. 27. Pre -Construction Notification. (a) Turning. Where required by the terms of the NWP, the prespective permittee must notify the district engineer by submritiing a pre -construction notification (PCN) as ea-ty as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, as a general rLie, will request additional inforniation necessary to make tine PCN complete only once, Hcwever, if the prospective penmttaa does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all cf the requested information has been received by the district engineer. The prespective permittee shalt not begin the activity until either_ (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any.speciat conditions imposed by the district or division engineer, or (2) Forty-five calendar days have passed from the district engineer's receipt of The complete PCN and Lie prospective permMee has not received written notice f;om the district or division engineer. However, if the permitter was required to notiry the Corps pursuant to general Condition 17 gnat fisted species or critical habitat might affected or in the vicinity of the project, or. to notify the Corps pursuant to general condition 18 that.the activity may have the potential to cause effects to historic properties, the permitter cannot begin :he activity until receiving written notification from the Corps that is "no effect' on listed species or "no potential to cause affects' on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) is completed. Also, work cannot begin under NWPs 21. 49. or SO until the permidee has received writfea approval from the Carps. If the proposed activity requires a written waiver to exceed specified limits of an NVVP, the permittee cannot begin 2 the ac-,;;vity until .he disl.(ct Engineer issues t.�e waiver. If the district or division engineer notifies the permitter in ; , ling that an individur.:• permit is required vitthin 45 calendar days of receipt of a cuniplete PCN. t z F rmitrc C ni1L_)t t2CIi7 TIE_- dC .:I: u1d l.an .rdi�.:�Lul pi;li,.IL i as ue=: , j: II'• tttiE� I-:i G proceed under [he NVV? if ay be modiFi-2d, susp{_,rded, or revoked r.,nly in accordance with the procedure set forth in 33 CFR 330.5(d)(2'. (b) ConteEn;s of Pre -Cor.struction Noti`icarion: The PCN must be it writing and include the fol:owirg in forrrna ti on: (1) Name, address and telephone numbers of the prospective peen:ttee; (2) Location of the proposed project (3) A description of the proposed project, the pr oject's purpose; direct and indirect adverse environmental effects the project would cause; any otter NVVP(s), regional general permit(s), or individuaf perrrit(s) used or intended to be used to authorize any part of the proposed protect or any related activity. The description should be su-Mcie:ntiy detsifed to allow the district engineer to determine that the adverse effects of the project -MIJ be minirrial and to determine the need for compensatory miticalon. Sketches should be provided when necessary to show that the activity complies with the terms of the N\NP. (Sketches usually clarihy the project and wher,-provided result in a quicker decision.); (4) The PCN must inckide a delineation of spacial aquatic sites and other waters of the United States on the prcject site. Wedand delineations must be prepared in accordance with the current method required by the Corps. The p:rmittee may ask the Corps to delineate the special aquatic sites and other waters of tha United States, but there may be a delay if the Corps does the delineation, especially f the project site is large or contains many waters of the United States. Furhermore, the 45 day period will not start until the delineation has been submitted to cr completed by the Corps, where appropriate; (5) if the proposed activity will result in the loss of greater than 1/10 acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigaticn requirement will be satisfied. As an al:emative, the prospective permMee may submit a conceptual or detailed mitigation plan. (8) if any listed species or designated critical habitat might be affected or is in the viciniy of the project, or if the project is located in designated critical habitat, for non -Federal applicants the PCN must include the names) ,%owl of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitatttiat may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, deteinined to be eligible for listing on, or potentiafly eligible for listing on, the National Register of Historic Places, for non -Federal applicants the PCN must state which historic property may be affected by tie proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with, Saction 106 of the National Historic Preservation Act. (c) Form of Pre-Corstruciion Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must dearly indicate that it is a PCN and must include all of the information required in .paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The disc;ict 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 :o reduce the project's adverse environments( effects to a minimal level. (2) For all NWP 48 acfi%.7ties requiring pre -construction notification and for other NWP activities rewiring pre -construction notification to the district engineer that result ir, the loss of greater than 1;2-acre of waters of the United States, the district engineer will immediately provide (e.g., via facsimile transmission, overnight mail, or other expeditious manner) a copy of the PCN to the appropriate Federal or state offices (U.S. FWS, stag natural resource or ester quality agency, EPA, State Historic Preservation Officer (SHPO) or Trita! Historic Preservation Office (THPO), and, if appropriate, te NIVI S), tlrth the exception of NWP 37' these agencies will then have 10 calendar days from the date the material is transmitted to telephone or fax line district engineer novice that they intend to provide substantive, site -specific corments. If so contacted by an agency, the district engineer will :wait an additional 15 calendar days before making a decision on the pre -construction notification. The district engineer v+ill fully consider agency comments received vrithin the specified time frame, but will provide no response to the resource agency, except as provided The district ergineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where t sere is an unacceptable hazard to life or a significant loss of propey' or economic hardship will occur. The district engineer will consider any comments received to decide whether the yWR317 authorization should be rt;.-odifod, _uspend&d, or revolved in accordance �wi`h the 5roced,_res at 33 CFR 334.5_ (3) In cases of where the prospective permittee is riot a Federal agency, the distict engineerwill provide a response to NMFS •r;itl yin 30 calendar days of receipt of any Essential Fish Habitat consLlv3fiOn re- ,4�r..endajc"s, as required �y � cl Ura : 05rL;(li(6) of G-le Consa,Nja::on and r,Jan,,,gerr,ent Act (4) Applicants are encouraged to provide the Corps multiple copies of pre-ccnstrucbon notifications to expedite agency coorcinaVon, (5) For NV `P 48 activities that require reporting, the district engineer will provide a copy cf each report within 10 calendar days of receipt to the appropriate regional office of the NMFS. (e) District Engineer's Decision: In reviewing the PCN fcr 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 tie public interest. If the proposed activity requires a PCN and will result in a loss of greater than 1110 acre of watlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects witin smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmentaf effects to the aquatic environment of the proposed work are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies vrth 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 wont. If the prospective permittee elects to suba it 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 calendar days of receiving a complete PCN and determine whether the 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 compensator! 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 hat the adverse effects of the proposed work are more than minimal, then the district engineer will notify the apphoart 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 plan that would reduce the adverse effects cn 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 cccur 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 plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan, 28. Single and Complete Project, The activity must be a single and complete project. The sarne NWP cannot be used more than once for the same single and complete project Further Information 1. (district Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. N'YVPs do not obviate the need to obtain other federal, state, or local pen -nits, 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 rnanagement practices (BN1Ps): Policies, practices, procedures, or structures implemented.to mitigate the adverse environmental effects on surface water quality resulting from development. BhlPs are categorized as structural or non-structural. _-qffi� Compensatory mitigstian: The restoration, establishment (creation), enhancement, or praservation of aquatic re_ou roes or the purpose of compensa1irg fray unavoidable adverse. impacts vehich remain aft -sr all appropriate t,,:, p -M': I ablo 3ycidC iilcp_ al id act , avZGC. Curry ni)y sOrAceGble: Useable as is or with same mainter.ance, but rot so cegrzadled as to essentially require recon struction. Discharge: The term "discharge" means any discharge of dredged or fill material. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource funcaon(s). Enhancemant does not result in a gain in aquatic resource area. Ephemeral stream. An ephemeral stream has flowing water only curing, 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 fcr the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resourcA area_ Historic Property: Any prehistoric or historic district, site (including archaeological site), building, struoture, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This tern includes artifacts, records, and remains that are related to and located within such properties. The tern includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR Part 60). Independent utility: A test to determine what corstltutes a single and complete project in the Corps regulatory program. A project is considerad 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 tines of the year, when groundwater provides water for stream flow, inuring 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 United States: Waters of the United States that are permanently adversely affected by filiing, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges cf dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbcdy. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional tiA' rs for determining whether a project may qualify for an NWP; it is not a net threshold &..at is calculated tiller censidering compensatory mitigatwon that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the linear feet of str:.zm bed that is filled or excavated. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre -construction contours and elevations after const-uctian, are not included in the measurement of toss of waters of the United States. Impacts resulting from activities eligible for exemptions under Section 404(f) of the Clean Water Act are not considered when calct:ladng the loss of Ovate-s of the United States. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal water. The definition of a wetland can be found at 33 CFR 328.3(b), pion-fidal watlands contiguous to tidal waters are located landward of the high tide line (i.e.. spring high tide line), Open water: For purposes of the NWPs, an open -water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of standing or flowing water is either non -emergent, sparse, or absent. Vegetated shallows are �;onsidered to be open waters. Examples of "open waters' include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore esta!Ashed by tl:e fluctuations of water and indicated by physical characte6st cs, or by other appropriate means that consider the characteristics of the surrounding areas (see 33 CFR 328.3(e)). Perennial stream: A perennial stream has flovving water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundvaher is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes, Pre -construction notification: A request submitted by the project proponent to the Corps for confirmation that a pa3 jcular activity is authorised by nationwide permit. The request may be a permit application, letter, or similar W, document tl-�at includes information about the proposed wok and its anticipated environmental effacts, Pre- cor.st"ction rotificaticn may. be required by 11 e terms and conditions of a nationwide permit, or by rmgional r:ardi' it:ns. A pre-conztaictioii r.ctillcaticn m :y be volun:arily subrrrilts=d ir. ;:;:cos where F r_�>>sf.rku tins no:iiic;adan is no; required and the project prcronent wants confrmaJon that the ;activity is auLtiorized by nationwide permit. Preservation: The removel of a Threat to, or preventing toe decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and mainlerance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation. does not result in a gain of aquatic resource area or functions. Rees tablishment The manipulation of the physical, thermic?!, or biological characteristics of a si'.e with the goal of retuming natural,`historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area. R}habilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characterstics of a site with the goal of return ing natural/historic functions to a former or degraded aquatic resource. For the purpose of track;ng net gains in aquatic resource area, restoi-aflon is divided into two categories: Re-establishment and rehabilitation. Fzifr"le and pool complex: Riffle and pool complexes are special aquatic sites under the 40 (bXl) Guidelines. FtirTe and pool complexes sometimes characterise 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. Riparian areas: Riparian areas are lands adjacent to streams, lakes, and estuarine -marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects waterbodies with their adjacent uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 20.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shel.'fuh or individual shellfish attached to shells or shell fragments (i.e., spat on shelf), Suitable substrate may consist os shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete project The term "single and complete project" is defined at 33 CFR 3302(i) as the total project proposed or accomplished by one ownerldeveloper or partnership or other assoGation of owners/developers. A single and complete project must have independent utility (see definition). For linear projects, a "single and complete project" is all crossings of a single outer of the united States (i.e., a single waterbody) at a specific location. For linear projects crossing a single watertl>ody 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, and crossings of such features cannot be considered separately. Stormrvvater management: Stormwater management is the mechanism forcontrolling stormwater runoff for ut to 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 best management practices, 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, hazardaus substances and other pollutants) of stcrmwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. i ne substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream brad, but outside of the ordinary high water marks, are not considered part of the strewn bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the united States. Structure: An object t�at is arranged in a definits pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, istty, artificial island, artificial reef, Wmanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to nav gation, or any other manmade obstacle or obstract on. Tidal wetland: A tidal w, etland is a vietland (.e., water of the United States) that is inundated by tidal-,va`.ers_ The definitions of a wetiynd and tidal waters can be found at 33 CFR 328.3(b) and 33 CFR 328,3(f), respectively. Tidal 10 vJater-s rise and fail in a predictable and measkirable rhythm or cycle due to the- gravitadonal pulls of the mcon and sun. Tidal :eaters and where the rise and full of the water surface can no longer be practcally measured in a pr 3'jt=ta!tP r h+%tlIf! I r2CG ((7 11'k::a':.I1"1 by ntt), r .l.+metal, tJi,"..1 ur ctI-e.r ia'ft-c's.._ Tf:)rl c 3 tr 1 _ ,r cf tlie; high tide line, :which is defined at 33 CFR 328.3(a). Vegetated shallows.- Vegetated sha?lows are special aquatic sites tinder the 404(b)(1) Guidelines. They a,-e areas that ars permanently inundated and under nomal circumstances have rooted aquatic vegetation, such as seagtasses in marine and estuarine systems and a variety of vascular rooted plants in f.eshwater systems_ wate rbody. For purposes of the NWPs, a waterbody is a jurisdictional rater of the United States that, duriing a year with normal patterns of precipitation, has water Rowing or standing above-g=nd to the extent that an ordinary high water mark (OHNM) or other indicators of jurisdiction can be determined, as well as any wedand area (see 33 CFR 328.3(b)). If a jurisdictional vretfand is adjacent —meaning bordering, contiguoLs, or neich boring- 4o a jurisdictional waterbody displaying an OH'A'Pvl or other indicators of judsdkAion, that waterbody and its adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). Examples of "waterbodies" include streams, rivers, lakes, ponds, and wt-ttarids. ADDITIONAL INItORMATI©N This nationwide permit is ei`fective March 19, 2007, and expires on Maron 18, 2012, infomadon about the U.S. Army Corps of E�nginears ragulatory Grogram, including nationwide permits, may also be accessed at httoJhwww.s�vf.usace.army.milloubdatarenvfron,'reaulaforv;indaxaso or h ttol/vAi w_ usace.armv.nii/cwlcecwo/r6q 11 F'�y`1���.,,��:�ti'•;;t+ err,' F,. 5c,„,rd,'.c;.;,,u ' v�eilil.if;dt��i�C,.rS:��C;+T.'-'�-'L.rt'L';u7 ;-L�;S^�• TF,-x ,S Comp,., ssioiI OIL En?v o1Q%1EId'T:AL QUALITY Protacflng i arcs by Red:+c fig and FreJerd ng Folluticn April 26, 2007 D . Denise Sloan U.S..Azmy Corps of En&errs Gal v:.stonDistrict CE9WG-?3REE P.O. Box 1229 Galvtston, Texas 77553-1229 Re: UgACENationvridepcz=ts Dear hfi& Sloa= This letter is in response to yci Aprtl 3, 2307, letter rrgursti::g Clean Water Act Sectior- 401 ccrtif cation of the United Stai s A=j Cis of Ezgiimers (Corps) Nation aide Perris Gq" A- Ts). 1-be Fin --I Notice of Reiss=cr of Nation -,Aid-- Permits was publisbed in the Fexluzl Rezister (Part I, Vol. 72, No. 47, pages 11092-11198) on March 12, 2007. Proposed.eaoazl conditions for NrVPs in Texas were proposed in an Octob:x 122, 2006 public notice. `Ihe Terms Commission on EnArom=- tal Quality (TCEQ) has reviewed the Final Notice of Reissu.ance of Natitrhividc Pc:miis end the proposed regional con6tiorm On behalf of tie Fa,=Ldve. DLector and based or_ our eyal-oation of the inforura on contained in tjese doc: m=ls, flit TCEQ ccrti 'cs diet the acti-vities authori=ed by NYN"PS 1, 2, 4, 5, 9, 9,'10, 11, 20, 23, 24, 23, 34, 35, and 43 should got rus+zlt in 3 violation of established T mm Surface Water Q mli'y Standards as reed by S-ection 401 of the Federal C_ IL-= N+%ate;• Act -,.Id ptnuant to Tiale 30, T ex3s Admitist utiT-- Cod:, C liapter 279. The TCEQ camdifionaily c°rtifes thar the activitics aud orized by?TTY's 3, o, 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, 44, 45, 46, 47, 49, . -id 50 should not result ir, a volaton of esablished Texas Surface Water Quality S d3rds 2s r ; ; ad by Section 401 of the Fedora! Cteaa Wa- t--: Art and ptir3unvt to Tile 30, Texas Achninistrative Code, Chanter 279. Cmditioes for eac)i N-Y�'P are deat4 in Enclosure 1 and pore detail on specific conditions a.-- discrossed below,. - The TCEQ =dersmids that a prohibition a_a fist the use of NWPs in. coastal d'ar_e stiv~les w::1I be included in ffi t 2007 Texas Regional Condi io:is (Regional -Conditions) for ce tam. N'VtTs eorsist=-t i�,h 6e 2002 Texas Regional Conditions. Inclusion: of a prol-abition of usi3g NNY,/Ts in coastal du-ne swales is a condition of this 401 TCEQ ccrt'. Cction. Uie prohibition of sie casti.Z; of materials was r---noved from ITWT 41 in ffie 2007 N'�YT rcnewal. 1n he I'vovembz 2"a, 2006 TCEQ c=tat icta:r to the Corps regarding tine R.gionJ Conditions ;or S vVP 41, the TCEQ r---quested the prohbitior_ aelinst tl�e per�i:art side -casting or excav=led mz:eria:s into ,sty s or" the t. - s P.G. Box 13037 6 Austin, 7exn 73711-3087 s 15712-239-1000 • interreE a2 ass: u•n,v.tca�state.tr us u4s. Demise Sloan - .S. A --my l .ofjr, Gi Il l;?Pt S r �SACL Permits Pape 2 April 26,2007 U.S. be included as a regional conditon. The TCEQ recommended that ff the sidecastig prohibition is not included in the P.egioual Conditions, that a limit on the ataount of v.,a--s o= the U.S. that = be impacted by the sidecasting ah3 a ryqui a menu for mitigatiar of 3zose LiVacts be included as 2 regional condition If the Corps chooses to not ;nciade a prohibition agaimq sideoasdng material bi the Regional Cohcitions, tie TCEQ conditional cxlffimtion o: NAr? 41 is Eiat the area aced by the sidecastkig should not exceed 3 awes or 1500 linear tom. t. For purposes o= calc:ilafing the d re.sbold one acm of inipaet is considered equal to 500 iinear fec. Inclusion of a prohibi5on aGgiinst the. p=aanent si&casting of material that impacts more they 3 ac = ar 1500 lin: a feet uade-NTWP 41 is a condition of this 401 TCEQ cazti5cation. liz the Novembet 23, 2005 TCEQ cent letter to the Corps regarding the Regional Cor iti= for NNW 46 (previously NAT 13), the TCEQ rw.q=st-1 a regional eandition for hIVP 46 that conning an li� L' T& no greater 6= 1,500 linear feet Inclusion of a livat no grzafa: than 1,5001izt'.ar feet under YAT 46 is a mndidoa of this 401 TCEQ ocrtification. Tbe TCEQ wart to clarify tho application of XWT' 16 in Texas. NNY P 16 should be Braid to the reti m water from upland contained dredged- material disposal areas. It is k:Portant to eniprhasiza the intent for dmdo-ed n-2ame ial disgoszl The TCEQ understands- &:edged ;dal to be associated with ravigational dredging activities; not coal-rcial ai ing activities. To avoid the TCEQ requests ±a--. a amoral condition be added that prbhRbits fir use of NWT 16 for activities tint would be reglzted under Standard Indwhal Ciassiacafion (SIC:) codes'1442 and 1446 (industrial and cous.huctiaa sand and gmv:l miir ng). - This coa3itioa is also includedas part of the 401 certification ofNW-P 16. the fu,:l NWP 16 states that the qualify of the return water is contielled by the stagy thmLgh dk- 401 certi5ca cn proccdar s. Catmsbnt Nita prcrow N-75Ts certification ci-disious the TCEQ'is cflnditio=lly certifying hWIP 16 for the return vab-- from confined upland disposaf not to exceed a 3DO mg,2 Toil Suspended Solis (M) conceazation and reaucst the Corps to include fhis caadiuon in the Regional Conditions. The TC4Q recog:ii= the uscUnes3 of haVng = itwLm. ane=u method to detmnine compli== vrtfl� r1a 300 rnpL TS-S limit Hcwvve:r, existing literat-tee and analysis of paked earn ks of turbidity and TSS ftm the Texas Sumo:, Water Quality Data indicate this relationship must be a site specific cb=zte cation of the actual sediments to be dredged. To address this approach we have included ntw iamgmgc is flz 1v-P 16 conditional cerificafon the allows t3em"bBy to use an imstmtaneous metbod m irnplem rung the TSS ,'unit . wbra a site spccinc correlation curve for ti*bidity tnephelometric ta-bidity units (NT'[.►�) versus TSS has been appro-k td by TMQ. Toe TCEQ ren= inteeested.in wciig vita the Corps in the drvelopmert of these curvcs. We encourage the Corps to accept the cornditic al certification ofNWP 16 as a Rtgionai Condition and tit we wok together to find the best met`ta� to imple-,=t this limit - Li evalcating u'tis c6ndition for Tlx Regional Conditions for NTVYTFs the TCEQ encourages fhe Corps to =.sidee that TSS lanits are promulgated aS efrluerit Fxils uadc Tif]e 40 of the Code of Federal Regalatiozm Tye TCEQ requirement to contol rctum water from confined t-pland disposal not to exceed a 300 mg.2. TSS l-as also boen included hi indMduai 404 pemuts. It is also i- Vriant to note that the TCEQ effec vely immsys U.S. Army Cnlps of Lng rcc:s US ACE i4atioti Pernit- Page 3 Ap-, V6, 2007 -TSS effiucat 14jiL, s t1 tto isands of was;ewatcr discha oe p its issue in Tuns under Section 402 of the federal Cl= VVzL^r Act. The TCEQ is condiEmally certL7',bg NT G.ae A Condition m12 Soii Erosion and Sed:.-r-am' Controls, aid General Condition ft21 Rrancr Qualify. Tb-. conditions address tares broad categories of water quality ;tanagcrneot wife specific —.zomn-en-a&ns far Best Management ?ract`crs (BIVIP for Welt category. Tn s BlvlPs am intended to n'}=ce the water TmEty prowction of those Ccnditiors. A lis: of TCEQ- rewnmeadcd BlvVs is included as 2. Emlosuro 3 is wcNided as a gt:ickrefcrence for aH NW?s. It detailed clscription of the Ply2s is provided ir. Enclosure 4, motif from bridge deez teas been exempted from the requirement £er pos:-construoln= total suspended solids (TSS) controls under Gam. =al Condition 2l. As sta}sd is our April 3, 2007 lettL—,to the Carps, the TC2-Q would IE-x to include threw BhQs for fne protection of waters in tl'�. state spwitic to ea h Y% P as part of t'he r Q oral conditions for Texas. The TCBQ is conditionally =rtifyinp NWPs 13, 29, 39, 40, 41, 42, 43 to require the Corps to copy TCEQ cn zll written approvals of w--ivpr fo: impacts to --pbzmenlul, interrvtm-t or ptrcnnial szea=. The TCEQ is conditionally cmtEyring NIAT 36 to require the Corps to copy TCEQ on all wri:ten waivers for discharges ;=ter than tha 50 cubic y=d limit or boat rarnas greater thin 20 fect in width. ; = TCBQ is also conditioually caf}ing General Condition 20 3-&iga on to = e the Corps to copy TCEQ on any vr_itien notification of a r litigation wa=ver. Tn addition., TCEQ understar_cs that a regional condition nz`ll be adncd aiA requires midgatian for streams and spccizl aquatic sites, such as poolsliMes, seagnss, and mudflats that v U sdeq�tekv compensate for their functions and values. TIz TCEQ is reTicsrng Evs info==on to falull � responsibilivy to rasa-e water of tha state is �qpraprWcly protected by und.. trading t"-- imact of wa-v= bzing m=:d in Terms. This cerdfica4cn 6--ision is limited to those activiti-.3 under the jl-`�-iscicticn of fie TCEQ. For acthzLLes ,--fated to toe p<oduczor. and aplorna ion of oil and gas a Twxas R:ilroad Comr issica =-tificzEan is required as provided in the Texas iVster Code §26.131. The TCBQ has reviewed th Notice of Reissuance of Natoamide Permits for comsistmcy wifn the goals aa,d Policies of the T---as Ccastl Program (CIYZP) in accordance with the zor-nations of the Coast Coordinatior. Council, 31 TAC §505.30, ant! hnus determined that ti-le action is consistent with fae applicablz CIvIP goals and policies. This ccr iticat oa was reviewed for consistency with the CIvIP's develooruent in critical areas policy (31 TAC §501.14(h)) and &adgirp and dredged material "' osal and mare ens pol_'cy (31 TAC §501.14@). Tlrs cerUcra6on complies -A ith the CIYIP goals (31 T.wC §501.12(1,2,3,5)) aplicabie to ti--se policies. The TCEQ reserves the right to modify this ctrti icadon if ae tion. information id=tifies specific areas wbere sigiiicant irn ,cts, iticlua5i_ c,zmulative or scconda-y moots, are occurrng, and £- use of Lhe err& would be inappropriate. ?pis. Denise Sloan T.i-.I). Afm-y Corps o; En,.-inc=i QSAC;r Fwz. L; Page 4 April 26, 2007 No review of prop=rty rig h4 location of prapcty lines, nor the distinction bctweea public and private ownership his b--en mad; and dh s =r incauaa may not be used i© any way with ' regard to questions of ownership. If you require firber gsistmx, please contact Ms. Lan Uarmitan, RIater Quality Asse—nmmt Section, Rater QtailtyDi,isim (MC-150� at (512) 239-0683, Sin=—ely, L, ea Vy tney, E., Dir°.-to- Watw Q•.�ality Division Texas Commission on EmiromrnW .Quality LWS/UMP Euclos�'arm cm: U.S. Alai r-Corps of Endn s Southwestem Division ATIN: Ills. Vicki Dixort 1100 Co=nerce Steet DaLas, Tc Z,4 752412-0216 U.S. Array Corps of F-Ag n? -s Rectory Branch CESV r-OD R Al" 1N; Mr. Wa}ae Lea P.O. Box 17300 Fort-Warth, `i'exas 76102-0300 U.S. Army Carps of Eugizeers ATE: Rzg latay Section 164.5 Scudi 101 East Aveau Tulsa, Oldahorna 74128-,609 U.S. Army Corps of Engin=-s Albuquerque District, 4 101 Jefferson P1zza, I Albuquerque, N--w Mwica 977 109 �, , _ t . - - �. � Cor-.efions of SCcliaii 401 Cr rtificar_on for Nationwidc Permits anc General Coediaor_s General Condin n 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMFs described in Attachment 1 are required with the use of this general condition. if the applicant does not choose one of he T3NfPs listed in At=hm--mt 1, an individual 401 cerrfication is required. General Condition. 21 (Water Quali y) Pest-:,ortstruction total suspended soaes (TSS) B-TAPs described in Attachment 1 are required with the use of this general condition_ If the applicant does not choose one of the 13,\T's "listed in Attachment 1, an individual 401 caAL-fication is reguimd. Bridge deck nmoff is exempt from this requir ter t Gcre J Condibon 20 (--kiitI!Z?6an) Nfitigazon will be required for streams aad special aquatic sites, such as poolslriMr-S, seagrass, a -ad zeudlats, that will adequately compensate for their fimctiors and values Luiless the Corps provides a project -specific waiver of this requireamA. The U.S, Army Corps of Engineer will copy the TCEQ on all mitigation waivers sent to applicants. NWPs 13, 29. 39, 40.41. 42. 43 The U.S. Army Corps of Engineers %,il copy the TCEQ oa all urritten approvals of waivers for impacts to ephemeral, intermittent or perennial streams. NVa'1 s 7. 12, 14. 15. 17,18, 19. n 25. 29. 30. 31. 32, 33. 36, 37, 39, 44, 41, 42. 43, 44, 45.46 These I,. Ps are not autborized for use in coastal dune sc ales in Terri. 1`A,7P 3 (Maintunance) Soil Erosion and Sediment Controls under General Condition 12 are required.. INNVP 6 (Survev Act viti}s) Soil Erosion end Sediment Con7o s under General Condition 12 are required. NAIP 7 (Outiall St:uctuas and Associated Intake Strictures) Soil Erosion and Sediment Cor_tccls under General Con6tion 12 Gre required, V,P 12 (UtilityLine_A�-tivitie.q) Soil Erosion and Sediment Controls under General Condiion 12 are required. Post - cons -auction TSS controls under Gene.:l Condition 21 are required. N'WP 13 (Bank Stabilization) Soil Erosion and Se&rent Controls under General Condition 12 are required. NAT 14 (Linear Transportation Proixts) Soil Erosion and Sedimmi, Coalrcils under General Condition 12 are require& Post - construction TSS controls finder General Condition 21 are required. N4FP 15 CU.S. Coast Guard Abvroved Badges) Soil Erosion and Sediment Controls under General Condition 12 are required. NVVP 16 Retu m dater From Upland Containpd Digpgsal Arend Activities that would be reguWcd under Standard Industrial Classification (SIC) codes 1442 and 14-46 (industaal and construction sand and gravel mining) are'not eligible for this NWT'. Effluent from.an upland contained_ disposal area sna:I not exceed a TSS concentstoz of 300 mgJL unless a site -specific TSS limit, mr a site specific correlation curro for turbidity (nephelometic tmbidity omits (NTU)) versus (TSS) has br:.n approved by TCEQ NVfP 17 (llvdrouaowerproiectsl Soil Erosion and Sediment Controls under General Condition 12 are required_ Post - construction TSS controls under Geo,eral Condition 21 art required. N\VP 18 (Minor Discliaraes) Soil Erosion and Sediment Controls under General Condition 12 are required. Pest- zoxstrtcton TSS controls under General Condition 21 are required: XWP 19 (Minor Dredeinz) Soil. Erosion and Sediment Controls uder Gtmer.1 Condition 12 are required, NVP 21(Surface Coal Mini :e Ooerations) Soil Erosion "and Sediment Controls under General Condition i2 are rcquirrd. Post- constructon TSS controls under General Condition 21 are required. NY.? 22 (Removal of Vessels) Soil Emsiou a ncl Se. j:anent C1:_t;nl u_ndz;r Csoi rai C:i.n i:ion 12 are NAli 1' 25 (Structural Discharges) Soil Erosion and Sediment Controls under GancraI Condition 12 are MT.Ii red. ir'VYT 27 (A auatic HabiW Restoration. Estabh 'hment. and Enhance:rent ActivitiesI, Soil Erosion and Sediment Cora~ols under Cencral Condition 12 are r^quued. N'V P 29 PResident`al Deve!onments) Spii Erosion and Sediment Controls under G;neral Condition 12 are required. Post- cors racticn TSS controls under General Condition 21 <ar--required. Y W? 30 (IMois, SQL Mana?emr mt for MIdLfel Soli Erosion and Sediment Controls under General Condition 12 are required. NW? 31 Naintenanm of Existing Flood Control Facilities) Soil Erosion 'and Sediment Controls Wider General Condition 12 are required. Post - construction TSS conYols uncIer General Cendi on 21 are required. NV+rP 32 (Comnleted Enforcement Actions), Soil Erosion and Sediment Controls under General Condition 12 are required. N',ArP :33 (Temnorz-v Corstructio, A:xess and Dtwater nm) Soil Erosion and Sed:ment Controls under General Condition 12 are required. NWP 35 Boat Rates) The U.S. Amy Corps of End nee;s will copy tha TCEQ on all writmn Ayaivers for discharges greater fate the 50 cubic yard IiIIut or boat ramps greater than 20 feet in. wi&l- -Soil E,osion and Sediment Controls =der General Condition 12 are required. post -construction TSS consols under, General. Cor_ditcn 21 are required. I> N'T 37 (E-meraenov Watershed Pmtectiou and Rehabilitation) Soil Erosion and Sedimmt Controls under General Conditon 12.are required. ',P%' �S (Cleanup of Tazardaus andTo_,ic W.gstt) Soil Erosion and Sediment Controls under General Condition 12 art; required_ N'"VP 39 (Cerpmercial and Institutional Develonmer_ts) Soil Erosion and Sediment Controls tinder General Condition 12 are required. Post - construction TSS controls unndrr General Condition 21 are required. NRVP 40 (Agricultural Activities) Soil Erosion and Sediment Controls ender General Condition 12 are required. Post - construction TSS cDat7ols under General Condition 21 . re requited. hTWP 41(Resharrstg Existing Drainage Ditches) The area impacted by the sidecasti:ng should not exceed 3 acres or 1500 linear ect. For purposes of calculating the threshold, one acre of impact is'consi3Vred equal to 500 Linear icet of impact. Soil Erosion and Sediment Controls under Gcnezal Condition 12 are required. Post -coma action TSS controls t:ider General Condition 21 are required. I-AVP •42 (Recreational Facilities) Soil Erosion and .Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 21 are ieguired. N)ArP 43 (Stormwater Manazement Facilities) Soil Erosion and Sedimcmt Controls under General Condition 12 are regnia ed. NNT L4 (Miring Activities) Sod. Erosion and Sediment Controls under General Condition 12 are required. Post- conszue-tion TSS controls under General Condition 21 are required. NI*VP 45 (Repair of Gnlands Damazed by Discrete Events) Soil Erosion and Sediment Controls *.eider General Condition 12 are required. Post - construction TSS controls wider General Condition 21 are required. YAT 45 Mischl acres in Ditches) The area i.nroacted by discharges in, ditches should not exceed 1500 linear feet. Soil Erosion and Sediment Controls under Geaeral Condition 12 are regnir--d. l �'? 47 Rineline Safetv Fro -ram Dem-noted Tine Sensitive Insncctions a;-Id-Reoairs) . jell HjoZion al]d S.,-diT^Itni �;t}l:iiCit;S �iider 0c;ncr-al Condifioji 1 % -c rcq� iic-UL V vVP 49 (Coal Retni In? ActivltieO Soil Erosic•ri and Sediment Controls under General -Condition 12 are required. Post- constuction TSS controls under General Condition 21 arc required. NWP 50 Mn3crzround Coal Nfuirie Activities) Soil Erosion and Sediment Con-L-cls under General Condition 12 are required. Post - construction TSS controls under General Condition 21 are required. Z a�nsat I e% Table 1 Reference to Nationwide Permits Best -Management Practices Regtdrments NWP PenmitDesctiption Erosicn Control SedimentContml Post _ Construction TSS 1 Aids to Navigation 2 Structures in Artificial Canals 3 Maiintcaartea x x - 4 Fish and Wildlife Harvostin& Enhzncc=�W and Attraction Devices and Activities Scientific Measu =umt Devices 6 _ Survey Activities x x 7 4utfall $t vctures and Associated x - x Iutale skuChires S ad and Gas SW=tures on the Outer Continental Shelf Q ' Strtxur es in Fleeting and A=harage Areas 10 Mooring Buoys I TcaT=Lry Recreational Structures 12 Utility Dina Activities x X 13 Sank Stabilization x x 14 Linear Transportation Projects x X x 15 U.S. Coast Guard Approved Bridges x x 16 Ret am Water From Upland Contained Disposal Area ' • 17 Hydropower Projects X 18 Minor Discharges X . -- X X 19 Minor DredgiBg 20 Oil Spill Cleanup 21 Stuface Goal Afiining Operations x x x x x 22 Rcmoval of Vesscis 23 ,%..i Approved Categorical Exclusions Reveled A.pn7 2, 2007 Page t of 3 Table 1 Reference to Nationwide Permits Best Management Practices RegVirements NWP Permit Description Emsion Control Sediment Control Post Consttuctim TSS 24 Yndian Tribe our State Mmi=tered Section 444 Programs 25 Stuct nai Discharges x x 26 CRMetve( } 27 Aquatic HebitatRestoration, x x - Estahlislynent, andFnbancement Activities 28 Modifications of Existing Marinas ` 29 RcsidentWDevelapa=ts x x x X X, 30 Moist Soil Management for Wildlife 31 Mainmeaa=of-ExistiagFlood , C01*01Facmes 32 CornpietedFXrOrC=entAatiana x X - 33 T"am7 Constuctian, Amens and Dew ttermg 34 CamberryPmduction Activities , 35 Maintenance a Dredging of ExiSflllg Basins '36 Boat Ramps x x x 37 Emergency Watershed Protcciioc and X X - Rzhabilitation 38 Cleanup of1b=dous and Toxic x x Waste 39 CmMmercial and iustituti=4 X x x Developments 40 AgnculturalActivities X 41 grog ling rainag Res ' Existing Drainage Dit'chcs X . 42 Recreational Facilities x x x 43 StatmraaterMamgementFacMdes x x 44 Mining Activities x x x 8eviied April 2. 2W7 Page 2 of 3 Table I Reference to Nationwide FerjWts)9est Management Practices Requirements- NWP Permit Description Erosion Control Sedimtnt Control Post Constrrxtion T.SS 45 Repair of Uplands Dwaged by x x x Discrete Events 46 DiscbmZes in Ditch= x x 47 Pipeline Safety Program Designated X x Time Sensitive Tnspe6fions and RCT)airS 48 Existing Commercial ShdMsh AV&cuh=Aeavitiea 49 Coal Remising Activities x x x .50 -Underground Coal b6ningActivides x x x Ravisr-d April 4 2007 Page 3 of 3 Description of BIVIPs EROSION CONTROL BMPs Temporary Vegetation Description: Vegetation can be used as a temporary orpermanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swaales, stockpiles, beans, mild to medium slopes, and along roadways. Othertechniques 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 ip igation. Temporary vegetation should be selected appropriately for the area. a County agricultural extension agents are a good source for suggestions fortemporary vegetation. • All seed should be high quarity, U.S.-Dept of Agriculture certified seed. Installation: *".r • 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 be'covered with appropriate soil stabilization matting. Blankets and Matting 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. R"Ised April 2, 2007 Page 1. of 32 {Materials_ New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDQT) 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 malritains a web site , at httplAvww.dotstate.tic.us/insdtdot/orgcharUcmd/emsion/contents.httrn which is updated as new products are evaluated. Installatiah: . • • Install in accordance with the manufacturer's recommendations, • Proper anchoring of the material. • Prepare a friable seed bed relatively free from dods and rocks and any foreign material. • Fertiiize and seed In accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design crass -section of the channel. • A uniform trench perpendioular 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 vAth adverse soil conditons or seeding on other thari 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. • Wood -finer or paper4iber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Devised 4412, tam Page 2 of 32 Installation: Mulch anchoring should be accomplished Immediately after mulch placement. This maybe done by one of the following methods: peg and Wne, mulch netting, mulch anchoring too], 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 out at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Tom or uneven pads are nqt acceptable'. • Sections of sod should be strong enough to support their own welght 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_ o- 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. • During periods of high temperature, the soil should be lightly Irrigated. • 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. Revised April 2, 2007 Page 3 of 32 • Sod should be installed with the length perpendipular to the slope (on the contour). • Sad 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 Intarceptor 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 trapezoidal 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 swalps should remain In place un$I the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches think, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 21% or velocities exceed 6 feet per second. - Stabilization should extend across the bottorn of the swale and up both sides of the channel to a minimum height of three inches above the design wafter 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 di5posed of so as not to interfere iwith the proper functioning of the Swale. • 5wales should have a maximum depth of 1.5 feetwith side slopes of 3:1 or Hatter. Swales should have positive drainage for the entire length to an outlef. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be pushed 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 Rr,ised Agfl 2, 2007 Page 4 of 32 reduce velocities in the swales possibly raducing 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 dreated by the placement of an earthen embankment to reroute the flow of runoff In an erosion control device orawayfrom 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. [likes are generally used for the duration of construction to Intercept and reroute runofffrom disturbed areas to' prevent excessive erosion until pemnanent 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 least 3 inches thick and should extend a imlrilmum height of 3 inches above the design Water surface up the existing slope and the upstream face of the dike. • Geotextlle fabric should be a non -woven polypropylene fabric designedspecificaliy for use as a soil filtration media with an approximate weight of 6 oz.fy&, 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 mainta[rtecl for the duration of construcdon 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 cake 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, orvelacities 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. Erosion Control Compost Description. Erosion control compost (EGG) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most coiman uses are onsfeep slopes, swales, diversion dikes, and on tidal or stream banks. spa Apru r. 2007 Page 5 of 32 Materials:. New types of erosion control compost are continuously being developed. The Ten's 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. TOOT maintains a website at http:llwww.dotstate.bcus/desllandscape/compostlspecifications.htm that provides information on conpmtspecification data. This website also contains information on.areas where the Texas Commission on Environmental Quality (TCEQ) restricts the use of certain compost products. E=CC used for projects not -related to TxDOT should also be of quality materials by meeting performance standards and compost spedficatiori data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not lin-dted to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), True 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 Sectlons §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 time compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols Included in time United States Composting Council (USCG) 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:itwww.tmecc.orgtfinecc/index.html. The USCC Seal of; Tesfing Assurance (STA) program contains information regarding compost STA certification.. STA program information�mn be found at hftp://tmece.org/sta/STA_program_desertption.hbTil. Installation: • Instep in accordance with current TxDOT specification. • Use on slopes 3A or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When raping is spadfied, use a light corrugated drum roller. Rcvtw Aprrt 2. "07 Page 6 of 32 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 seeks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch filterberms and socks are used during the period of construction nearthe perimeterof 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 occur 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 maybe 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 mustbe met for any products seeking to be approved forusewithin anyofTxDOT's construction or maintenance activities, Mulch fitter beans and socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a websm at http:f/www.dotstate.tx.us/desgandscapelcompost/specifiicafons.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,. 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 dafa. 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) Cade of Federal Regulations (CFR), i"rtie 40, Part 503 Standards for Class A biosoCrds and Texas Natural Resource Conservabon Commission Health and Safety Regulations as defined in the Texas Administration Code (TAG), Chapter 332, and all other relevant requirements for compost products outlined In TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAG Chapter 332, including Sections §382.71 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 Meftcls for the Examination of Composting and Compost (TAAECC) 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 analyboal 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 concem in compost can be tested by following protocols or test methods listed in TMECC. TMECC Information can be found at httpJlwww.tmecc.org/tmeccAndex.htrnl. The USCC Seal of Testing Assurance (STA) program Revised April 2, 2007 Fage 7 of 32 contains information regarding compost STA certification. STA program Information can be found at htfp:lfunecc.o rglstalSTArprogram_descriptio n.html. Installation: • Install In accordance with current TxO.OT specification. • Mulch filter berms should be constructed at 1-1 12feet high and 3 foot wide at locations shown on plans. • Routinely inspect and maintain fiiter berm in a functional condition at all times. Correct deficiencies immediately. Instal! additional filter berm material as directed. Remove sediment after it has reached 113 of the height of the berm. Disperse filter berm or leave in place as directed. • Mulch filter socks should be in S inch,12 inch or 18 inch or as directed. Sock materials should be . designed to allow for proper perct4ation through. Compost Filter Berms and Socks Description: Compostfilter berms and socks are used tc intercept and detain sediment laden run- off.from unprotected areas. Wher 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. Compostfilter berms and socks are used during the period of construciioin near the perimeter of a disturbed area to intercept sediment while` allowing water to percolate through. The berm or soak 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 filtersocks 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, Compostfilter berms and socks may be seeded to allow f9r 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 (T)DOT) has established minimum pedbirrnancae standards which must be metfor any products seeking to be approved for use within anyofT)dDOrs construcfion.or maintenance acdvitles. 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:llwww.dot.state,bLusrdez landscape/compost/specificabons.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 regulalions, Including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 44, Part 503 Standards for Class A blosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined 16 the Texas Administration Code (TAC), Chapter 332, and all otherrelevant Rcvi=d Apra 2, zoo? page 8 of 32 requirements for compost products outlined in TAG, Chapter332. Vesting requirernents 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 orfor. 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 inducted 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 compost filter berms and socks to ensure thatthe 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:/Iwwvv.tmeec.org/trneccfindex.htn-d. index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http://t ece.orgista/STA_program_descripiion.htmi. Installation'. at Install in acxordance with TxDOT Special Specification 1059. ... • Compost filter berms shall be constructed at 1-1I2 feet high and 3 foatvride at locations shown on p". • Routinely inspect and maintain filter berm in a funciional'conditlon at all times. Correct deficiencies Immediately. Install additional filter berm material as directed- remove sediment after it has reached 113 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. Sods materials shall be designed allowing for proper percolation through. SEDIMENT CONTROL EMPS Sand Baq 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. Plasficfacing should be installed on the upstream side and to berm should be anchored to the streambed by drilling into the rock and driving In 'TO posts or rebar (#5 or #6) spaced appropriately. Rcri=d Apnl 2, 2W7 PaV 9 of 32 Materials: • The sand bag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 ozlyd 2, mutlen 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 118 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 intemal diameter of 4 Inches. Installation: • The berm should be a minimum height of 18 inches, measured from the tap 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 low over the tops of the sandbags or through 44nch. diameter i'VC pipes embedded below the top layer of bags. • When a sandbag is filled with material, the open end of the sandbag should*be staple-d 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. • 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 barter consisting of geotextile fabric supported by metal posts to prevent soft and sediment loss from a site. When properly used, siitfences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heaviersolids to settle. If not properly installed, sift 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 whlle 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 Revimed AMI z, 2007 Page N of 32 - . t concentration of waer in a channel or drainage way. €f concentrated flow occurs aver 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. Siltfences orb the perimeter of the site or around drainage ways should not be moved at any time. Materials: . - Silt fence material should be polypropylene, polyethylene orpolyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4,5 aztyd, 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 rolied steel, at least 4 feet long with Tee or Y-bar cross . section, surface painted or galvanized, minimum nominal weight 1:25 Iblft2, and Brindell hardness exceeding 140.' - Woven wire backing to support the fabric should be galvanized 2" x 4' welded wire, 12 gauge minimun-r I Installation: • Steel posts, which support the slit fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 9 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maAmum 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 1/4acre/I Db 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 fiat 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 forthe siltfence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steei support post orto woven wire, which is in turn attached to the steel fence past. Theta should be a 3-foot overlap, securely fastened where ends of fabric meet. Trlanquiar Filter Dike Description: The purpose of a trianguiarsedimentfilter 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 slit fence is not possible orwhere vehicle access must be maintained. The advantage of these controls is the ease Revised April 2, 2001 Page 11 of32 with which -they can be moved to allow vehicle'traftic and then reinstalled to maintain sediment Materials. ' + Silt fence material should be polypropylene, polyethylene or polyamide woven ornonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 o*d, mullen burst strength exceeding 19O Iblin 2 , ultraviolet stability exceeding 76%, 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 triangufarform being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of e• x 6",_8 gauge welded wire mesh, 18 inches per side, and wrapped with geotexxlile fabric.the same composition as that used for silt fences. Filter material should lap over ends six (8) 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. • Thare are severa['op9ons forfastening the falter 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 gradeid'rock, prwtth staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sedimentfiiter dikes should be Installed ac:mss exposed slopes during construction with ends of the dike tied Into existing grades to preventfailure 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 and of the workday. Rock Berm Description, The purpose of a rock berm is to serve as a check darn 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 acress. ' 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 silt fences, particularly for fine particles, but are able to withstand higher flows than a silt fehce: As sut:h, 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 furtlwei-up the watershed. Materials: • The berm structure should be secured VAth a woven wire sheathing having maximum opening of'I Inch and a minimum wire diameter bf 20 gauge galvanized and should be secured with shoat - rings. Revised April 2, 2W7 Page 12 of 32 • Clean, open graded 3- to 54nch 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 180. • 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 apprwdmahily 3 to 4 Inches deep to prevent failure of the control. Hav Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain smaliramounts of sediment -laden runofffrom relatively small unprotected areas. Straw bales are to be used when it is notfeasibls 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 far the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This Is very slmilarxo straw with the exception that it Is made of grasses and weeds and not grain sterns. 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 Nght and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 Inches long.. ' • Bales should be composed engrely 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 318" 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 there_ Reviled AO z, 2GEr'1 Page 13 of 32 • 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 fitter 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 an 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 ft berm. Brush berms may be used where there Is little or no concentration of wafer 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 rnwdrnum slope length behind the barrier should not exceed 100 feet, and the maximum slope gradient behind the barrier should be less than 50 percent Materials: • The brush should consist of woody brush -and branches, preferably less than 2 Inches -In -diameter. • The filter fabric should conforrm to the specifications for filter fence fabric. • The rope should be 1/4 inch polypropylene or nylon rope. • The anchors should -be 3/84nch diameter rebar stakes that are 1184n6hes 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 the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lift 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 44nches deep along the length of the banierand immediately uphill from the barrier. - The filterfabrlc should be cut Into lengths sufficient to lay across the barrierfrom 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 xcvised April 2, 2007 Page 14 of 32 and securely sealed_ • The trench should be backflled and the soil compacted lover 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 Sediinent Trans 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 sedimenttrap Is usually Installed at points of discharge from disturbed areas. The drainage area for a sedimenttrap Is recommended to lae 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 stonsge benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activitles. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: ■ All aggregate should beat lest 3 inches in diameter and should not exceed a volume of 0.5 cubic foot • The geotexb'le fabric specification should be woven poiypropyiene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 ozlyd 2, mullen burst strength at least 250 lbrn 2 ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation; • Earth Embankment Place till 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 fbrthe 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. I(evised April 2, 2007 Page 15 of 32 • Geotexble Covered Rock Corp: 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 geotexUle 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 overthe geotextile and is to have aside slope which matches that of the earth embankment of 3.1 and should cover the geotextilelrock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top df 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 ofway below the sediment basin from sedimentation. A sediment basin is usuallyinstalled at points ofdischarge from disturbed areas. The drainage area for a segment basin is recommended to be less than 100 acres. Sediment basins are Oective for capturing and slowly releasing the runoff from larger disturbed anus 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: • miser should be corrugated metal or reinforced concrete pipe or box and should have watertight tittirtgs or and 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 ettaohed.to the to of the riser and should be made of polyvinyl chloride or corrugated metal. Basln Design and Construction: • For common drainage locations that serve an area with tenor more acres disturbed at onetime, • a sediment basin should provide storage fora volume of runoff from a too -year, 24hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efFdency. The shape may be attained 5y excavation or the use of baffles. The lencps should be measured at the elevation of the riser de -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 la;yerto 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:1l). IM An emergency spillway should be installed adjacent to the embankment on undisturbed sail and should be sized to carry the full amountof flowgenerated by a 10-year, 3-hourstorm with 1 foot RcA=d Apd 2,200 Page 16 of 32 of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with Oprap 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 ourtletfor 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 tap 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 'A the 'volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Asx 2h �° _ Cd x 980,000 Where: Ad = Area of the de -watering hole, ft 2 A, = Surface area of the basin, ft 2 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 A. is acceptable. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical RcriscdAprii2,2007 Page 17 of32 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 rninimum performance standards which must be met for any products seeking to be approved for use within any of TxDO*Ps 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 httpJ/www.dot.state.tx.usldesAandscape/compgsttsperAcations.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. ECG 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 regulatfons, Including but nct 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 Conserv.Aon 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 Stales Composting Council (USCG) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used. for ECC to ensure that the products uses wilt not impact pu4lic health, safety, and the envirvnmentand to promote production and marketing of quarrty composts that meet analytical standards. TMECC Is a laboratory manual that provides protocols for the composting Industryand 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 foiloWng protocols or test methods Usted in TMECC. TMECC information can be found at htip:lJwww.tmeec.orglt ecclindex.htmi. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at htip:fltmecc.org/sta/STA_program—description.htmi. Installation: • Install in accordance with current TOOT specification. • Use on slopes 3:1 or flatter. • Apply a 2 inch uniform layer unless otherwise shown on the plans or as directed. • When selling is specified, use alight corrugated drum roller. Revised Apd17, 2W7 Page IS of 32 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 liter berms and socks can be highly effective at controlling sediment from disturbed areas. Theycause runoff to pond which allows heaviersolids to settle. Mulch filter berms and socks are used during the period of construction near the perimeter of a disturbed area to intercept sedimentwhlle allowing water to -percolate through. The berm or sock should remain in place until the area Is permanently stabilized. Minh 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. 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 anchomd at the end of the day. Mulch filter berms and socks maybe seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Now 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 seeks used within arty TxDOT construction or maintenance activities roust meet material specifications in accordance with current- TxDOT specifications. TxDOT I maintains a website at http:/Amm,dot.state.tx.us/desAandscapelcomposVspecificabcns.htm that provides information on compost specification data. This website also contains information on areas where the Texas y Commisslon on Environmental Quality (TCEO) restricts the use of certain compost products. Mulch flter 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 Glass 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 products 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 (TMivCC) 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 anaiytcal standards. TMECC is a laboratory manual that provides protocols fear 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 Rcvised April 2, 707 Pagt 19 of 32 http:/1www.tmecc.orgltmeccfindex.hUnl. The USCG Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httpJltmace.org/sWSTA_program description,htrnl. Installation: • install in accordance with current TxDOT specification. • Mulch filterberms 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 113 of the height of the berm. Disperse filter berm or leave In place as directed. • Mulch filter socks should be in 8 Inch* i 2 inch or 18 inch or as directed. Sock materials should be designed to allow for proper percolation through. Cornisost Filter Berms and Socks Description: Compost fitter berms and socks are used to Interceptand 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 tJhe 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 betaken. Compost filter socks may be installed In construction areas and temporality moved during the day to allow construction activity provided it is replaced and property anchored at the end of the day. Compostfilter 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 (TOOT) has established minimum performance standards which must be met far 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 activitles must meat material specifications in accordance with TxDOT specification 1059. TxDOT maintains a website at httpl/ww+nv.dot.state.tx.bs/desAandscape/co'mpost/specifications.htm that provides Information on compost specification data. This website also contains information on areas where the Texas - Commission on Environmental Qualify (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 standard s and compost specification data. To ensure the, q uaRty 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 Safetj z� April 2., 2X7 Page 20 of 32 Regu[ations 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 byTxDOT 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 meths for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during afl 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:lAvww.tmecc.orgftmecr.rindex.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httpJ/tmem.org1sta/ST A_prograrn—description.html. lnstaflation: Install in accordance with TxDOT Special Specification 1059.. Compost filter berms shall be constructed at 14/2 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 fitter berm material as directed. Remove sediment after it has reached 113 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 oras'directed. Sock materials shall be designed allowing for proper percolation through. POST -CONSTRUCTION TSS CONTROLS Retention/irrigation Svstems Description: Retentionfirrigation systems referto the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retentionf rrigation 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 rntentiortlirrigation practice, but should be operated and sized to provide adequate volume. This technology, which emphasizes beneficial Use of storrnwater runoff, is particularly appropriate for avid regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Rcviscd April 2, 2007 Page 2 t of 32 Design Considerations: Retentionlirdgadon practices achieve 100% removal efficiency of total suspended solids ' dontained within the volume of water captured. Design elements of retentionlinigation systems include runoff storage facility configuration and stung, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. RetentonArrigadon 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. Mabitenance Requirements., Maintenance requirements for retentionfirrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detantion facilities are basins that temporarily store a portion of starmwater runoff following a storm events Fended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre - development levels. The wafter quality benefits are the removal of sediment and buoyaritmaterials. 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 forflood control have different design requirements than those used for water quality enhancement, it is possible to acNeve 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 siting, basin configuration, basin side slopes, basin fining, inletloutiet structures, and erosion controls. Extended detention basins are .appropriate for large drainage areas with lour to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. - Maintenance Requirements: Wlaintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, -nuisance control, and sediment removal. Vecietative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially fiat with low slopes, and are designed only to accept runoff as 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 sheetflow. The dense vegetative coverfacilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Flfter 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 5M The primary highway applicaLon for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to R A edApl2,2047 Page 22 of 32 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 sand Is available and hydraulic conditions are appropriate. Fiat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Afthough 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 fitter 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, sod binding species • Be graded to a uniform, even and ralativety low stops • Laterally traverse the contributing runoff area Filter strips r:an be used upgradientfrorn watercourses, wetlands, or otherwater bodies along toes and tops of slopes and at outlets of other stomhwater management structures. They should be incorporated into street drainage and master drainage planning. The most importar)t criteria for selection and use of this BMP are soils, space, and'stope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative inter strips include unifarm,•shaiiow 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 n'lls which can concentrate flow. Vegetative filter strips are appropriate for=all drainage areas with moderate slopes. Other design elements include the following: • Sails and rinoisture are adequate to grave relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% a Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative fliter 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 Ikey[ i Ali 2, 2W7 page 23 of 32 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 wetfand 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, soillsubstrate, 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 wetleild should be loose loam today: A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retent tin. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90%ofthe total suspended solids contained vrithin the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland cattiflguration, sediment forebay, vegetation, outflow structure, bepth 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 requiremenisfarconstrucied wetlands include nxming, routine inspections, debrls 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, beraned (martimade) sections of drainage systems and mayfunction as online or offline facilities, although offline configuration is preferable. Oftilne designs can prevent sour and other damage to the wet pond and minim 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 rernoval performance can be excellent, especially for the dissolvedfraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak -flows duting 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 forthese facilities is often incapable of providing an adequate water supper 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 Revised Aril 2, 2W Page 24 of 32 raintall/mnoff process, espedaily for wei basin facilities treating 1n'atersheds thaat gene -rate 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 sizind, 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. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, buttheirability to control large storms Is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an atterna5ve 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 utlllze check dams and wide depressions to increase runoff storage arid 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 overtime, 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 Revised ApN 2. = � Page 25 of 32 general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 6 %. 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. Vegetation Lined Drainaqe Ditches Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants byNtration through grass and infiltration through soil. They require lolls 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 ditch and improve policitant removal rates. Vegetation lined drainage ditches are Ornadly storm water conveyance They have vegetation lined in the low flow channel and may include vegetated shelves, Vegetation In drainage ditches reduces.erosion and removes pollutants by lowering watervelocity overthe soil surface, binding soil particles with roots, and by filtration through grass and Infiltration through soil. Vegetation lined drainage ditches can be used where; A vegetative Aping can provide sufficient stability for -the channel grade by increasing maximum permissible velocity Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BWs, such as erosion control blankets Site conditions required to establish vegetation. I.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation Gned drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contn'bufing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability; must be taken into consideration. -Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as sign ificant'local resources to be kept in use, Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, law areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appmpria% scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. Revised April 1.2M Page 26 of 32 analytical standards. i'MLGG is a iaboratary manual that provi&s protmCois for the composting industry and test methods for compost analysis. TMECC provides pratocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concenr In compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at h:tp:ii%vww,tmacc.orgltmecclindex.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at http:/Itmecc.org*/sta/STA_program description.htrnl. Installation: • install in accordance with currentTxDOT 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 runt -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 percoiate through_ The berm or stock ,"now, 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 occur after installation, corrective action must be taken. Mulch filter socks may be installed in construction areas and temporarily moved during the dayto allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch fitter 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 confinuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which mustbe met for any products seeking to be approved for use within any ofTxDOT's consttuciion or maintenance activifies. Mulch filter berms and sticks 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/ andscapelcompostfspecifications.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 sacks, 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), Titie40. Part 503 Standards for Class A blosolids 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 Ravizd AVO 2, M07 Page 29 of 32 requirements for compost products outlined in TAG. 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 TOOT are appropriate to use for ensuring the use of quality compost materials orfor 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 pmtocals 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 iry following protocols or test methods listed in TMECC. TMECC information can be found at http://www.tmecc.orgAmecdlndex htmi. The USCC Seal of Testing Assurance (STA) program contains information regarding compost The certification. STA program information can bet und at hfpl/tmecc.mota/STA—program descdpbon.htmi. 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 locafibnsshown on plans. • Routinely inspect and maintain filter berm in a functional condition at` all tames. 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 fitter 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: Compostfilter 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. Compostfitter berms and sacks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing ulster to percolate through. The berm or sock should remain in place until the area is permanently stabilized. Compost fitter berms should nofbe used when there Is a concentration of watsr In a channel or drainage way. If concentrated flows occur after installation , corradIve action must be taken. Compostfilter 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: nwisaa Apnl x, 2007 page 30 of 32 New types of compost filter berms and socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimurn 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:llwww:dot.state.bcusIdes!landscapelcampost/specificatlons.hbrn 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 time United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Tme 40, Part 503 Standards for Class A biosoriids and Texas Natural Resource Conservation Commission (now named TCEQ) health and Safety Regulations as defined in the Texas Administration Code (TAG), Chapter332, and all other relevant requirements forcompost 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 qualm 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 testin g 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 compost fiNar berms and socks to ensure thatthe 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: lwww.tmeec.org/lmecrftndex.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at h4Jltmecc.org/sta/STA_progmrrl description.htm]. Installation: • Install In accordance with TxDOT Special Specification 1059. Compost filter berms shalt 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 tunes. Correct deficiencies Immediately. Install additional filter berm material as directed. Remove sediment after it has reached 113 of the height of the berm. Disperse filter berm or leave in place as directed. Revised April 2,Z007 ,Page 31 of 32 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. Sedimentation Chambers tonly to be used when there 1s no space avallable for other approved BMWs) Descripriod* Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings, These structures are often tied into stormwater drainage systems for treatment of storrnwater prior to entering state waters, The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detent1pr► basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections sediment debris and Otter removal, erosion control and nuisance control. Revised Jyml 2, 2007 Wage 32 of 32 PERA/HT COMPLLAACE CERT'MC.ATIO U.S. Army Corps of Engineers Project Number: Kermit 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 CES WF-PER-R U.S. Army Corps of Engineers P.C. Box 17300 Fart Worth, Texas 76102-0300 Please note that your permitted activity is subject to a compliance inspection by a U.S. Army Corps of Engineers representative. If you fail to comply with this permit you are subject to permit suspension, modification, or revocatiou. I hereby certify that the work authorized by the above referenced permit was completed is accordance with the terms and conditions of the said permit, and required mitigation was completed in accordance with the hermit conditions. Signature of Permittee Date