Loading...
HomeMy WebLinkAboutContract 62512-V3CONFORMED OCTOBER 2024 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CSC No. 62512-V3 FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF VCRWF PRIMARY CLARIFIER IMPROVEMENTS City Project No. 103295 Mattie Parker David Cooke Mayor City Manager Chris Harder, P.E. Water Director Shannon Dunne Assistant Water Director Plant Operations Tony Sholola, P.E. Assistant Water Director Capital Projects Delivery Farida Goderya, PhD, P.E. Senior Project Manager Volume 3 of 3 ....................... •••. AMY R. ROBINSON Prepared for 90271 The City of Fort Worth�S�QNAI�' Water Department ISSUED FOR BID DUNE 2024 7Z......... F�� , . CDM ;* � Smith. ,...�......................:.. , _ S_AGAR H. 801 Cherry Street, Unit 33 Suite 1820 Fort Worth, Texas 76102 �'fl 106105 :' �'•.Z/ EQ: TBPE Firm No. F-3043 ��`ss%�S ENG\� In Association With: FREESE I„fI <NICHOLS 0'/JU 10 THIS PAGE INTENTIONALLY LEFT BLANK. SECTION 00 00 01 TABLE OF CONTENTS Volume 1 of 3 Division 00 - General Conditions 00 00 01 Table of Contents 00 00 02 Specification Seal Sheet 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Pre -qualifications 0045 12 Prequalification Statement 0045 13 Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 nfinority Business E,..,.ra.rkse Go - Business Eauitv Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 74 00 TWDB Supplemental Conditions Division 01- General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 26 00 Contract Modification Procedures 01 29 33 Measurement and Payment 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 13 Schedule of Values 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 32 35 Aerial Photographic Documentation 013300 Submittals 0135 13.24 Special Procedures for MOPO and Sequence of Construction 01 35 13 Special Project Procedures 01 40 00 Quality Requirements 014200 References 01 45 23 Testing and Inspection Services CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS 00 00 00 TABLE OF CONTENTS Page 1 of 8 VCWRF Primary Clarifier Improvements City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 2 of 8 01 45 27 Equipment Testing and Startup 01 50 00 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23.16.01 Attachment A Survey Staking Standards 01 71 23 Construction Staking and Survey 01 73 00 Execution 01 74 23 Cleaning 01 76 00 Asset Management 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents 0188 19 Tightness Testing Performance Requirements Division 02 - Existing Conditions 0241 15 Paving Removal 0241 16 Structure Demolition 0241 19 Selective Demolition Division 03 - Concrete 03 01 30 Repair and Rehabilitation of Cast -in -Place Concrete 03 1100 Concrete Forming 03 1500 Concrete Accessories 03 20 00 Concrete Reinforcing 03 30 00 Cast -in -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 60 00 Grouting 03 74 00 Modifications to Existing Concrete Division 04 — Masonry 04 20 00 Unit Masonry 04 72 00 Cast Stone Masonry Division 05 — Metals 05 05 33 Anchor Systems 05 1200 Structural Steel Framing 05 21 00 Steel Joist Framing 05 31 23 Steel Roof Decking 05 50 00 Miscellaneous Metal Fabrications 05 52 15 Aluminum Handrails and Railings 0553 16 Aluminum Grating Division 06 — Wood, Plastics, and Composites 06 10 00 Rough Carpentry 06 82 53 Fiberglass Reinforced Plastic Miscellaneous Fabrications CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 3 of 8 Division 07 — Thermal and Moisture Protection 07 1326 Self -Adhering Sheet Waterproofing 07 1900 Water Repellents 07 21 00 Thermal Insulation 07 26 00 Vapor Retarders 07 54 23 Thermoplastic-Polyolefin (TPO) Roofing 07 62 00 Sheet Metal Flashing and Trim 07 71 00 Roof Specialties 07 72 00 Roof Accessories 07 92 00 Joint Sealants Division 8 - Openings 08 11 13 Hollow Metal Doors and Frames 08 33 23 Overhead Coiling Doors 0851 13 Aluminum Windows 0871 00 Door Hardware 08 80 00 Glazing Division 9 - Finishes 09 91 23 Interior Painting 09 96 76.23 Wastewater Treatment Coatings Division 10 - Specialties 10 14 19 Dimensional Letter Signage 10 14 23 Panel Signage 10 44 16 Fire Extinguishers Division 22 - Plumbing 2205 13 Common Motor Requirements for Plumbing Equipment 2205 17 Sleeves and Sleeve Seals for Plumbing Piping 2205 19 Meters and Gages for Plumbing Piping 22 05 23.12 Ball Valves for Plumbing Piping 22 05 29 Hangers and Supports for Plumbing Piping and Equipment 22 05 33 Heat Tracing for Plumbing Piping 22 05 53 Identification for Plumbing Piping and Equipment 2207 19 Plumbing Piping Insulation 2211 16 Domestic Water Piping 22 11 19 Domestic Water Piping Specialties 22 13 16 Sanitary Waste and Vent Piping 22 14 29 Sump Pumps 22 21 23 Facility Natural -Gas Piping CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 4 of 8 Volume 2 of 3 Division 23 — Heating, Ventilation and Air Conditioning 2305 13 Common Motor Requirements for HVAC Equipment 2305 16 Expansion Fittings and Loops for HVAC Piping 23 05 29 Hangers and Supports for HVAC Piping and Equipment 23 05 53 Identification for HVAC piping and Equipment 23 05 93 Testing, Adjusting, and Balancing for HVAC 2307 13 Duct Insulation 2307 19 HVAC Piping Insulation 23 09 23.12 Control Dampers 23 09 23.14 Flow Instruments 23 09 23.27 Temperature Instruments 2331 13 Metal Ducts 2331 16 Nonmetal Ducts 23 33 00 Air Duct Accessories 23 34 16 Centrifugal HVAC Fans 23 34 23 HVAC Power Ventilators 2337 13.23 Registers and Grilles 23 74 23.16 Packaged, Indirect -Fired, Outdoor, Heating — Only Makeup Air Vents Division 26 - Electrical 2605 13 Medium -Voltage Cables 2605 19 Low -Voltage Electrical Power Conductors and Cables 26 05 23 Control -Voltage Electrical Power Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33.13 Conduits for Electrical System 26 05 33.16 Boxes and Covers for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 44 Sleeves and Sleeve Seals for Electrical Raceways and Cabling 26 05 53 Identification for Electrical Systems 26 05 73 Power System Studies 26 12 19 Pad -Mounted, Liquid -Filled, Medium -Voltage Transformers 26 13 29 Medium -Voltage, Pad -Mounted Switchgear 26 22 00 Low -Voltage Transformers 26 24 16 Panelboards 26 24 19 Motor Control Centers 26 25 05 480V Control Panels 26 27 26 Wiring Devices 2628 13 Fuses 2628 16 Enclosed Switches and Circuit Breakers 26 29 23.26 Eddy Current Drive Controllers 26 36 00 Transfer Switches 2651 19 LED Interior Lighting 26 52 13 Emergency and Exit Lighting 26 56 13 Lighting Poles and Standards 2656 19 LED Exterior Lighting CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 "A Division 31- Earthwork 3105 15 Soils Aggregate for Earthwork 31 09 00 Geotechnical Instrumentation and Monitoring 31 20 00 Earthwork 3123 16 Unclassified Excavation 312319 Dewatering 31 25 00 Erosion and Sediment Control 31 50 00 Excavation Support and Protection Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1216 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 1613 Curb Gut and Valley Gut 32 92 14 Non -Native Seeding Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 3305 13.10 Frame, Cover and Grade Rings — Composite 3305 13 Frame, Cover and Grade Rings 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 05 93 25 Concrete Gravity and Lowe Pressure Pipe 33 1105 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 1200 Buried Plug Valves 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 15 HDPE Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Liners for Sanitary Sewer Structures 33 46 02 Trench Drains 3349 10 Cast -in -Place Storm Drain Manholes and Junction Boxes 00 00 00 TABLE OF CONTENTS Page 5 of 8 CITY OF FORT WORTH CONSTRUCTION SPECIFICATION DOCUMENTS VCWRF Primary Clarifier Improvements City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 6 of 8 33 49 20 Curb and Drop Inlets 33 51 00 Natural Gas Distribution Division 40 — Process Interconnections 40 05 06 Couplings, Adapters, and Specials for Process Piping 40 05 07 Hangers and Supports for Process Piping 4005 19 Ductile Iron Process Pipe 40 05 31 Thermoplastic Process Pipe 40 05 51 Common Requirements for Process Valves 40 05 53 Identification for Process Piping 40 05 57 Actuators for Process Valves and Gates 40 05 59.17 Composite Stop Logs 40 05 59.23 Stainless steel Slide Gates 04 05 61.43 Knife Valves 40 05 62 Plug Valves 40 05 63 Ball Valves 40 05 65.16 Globe Valves 40 05 65.33 Rubber Flapper Check Valves 40 05 67.36 Pressure Regulating Valves 40 05 71.13 Duckbill Check Valve 40 05 78.21 Air Release Valves for Wastewater Service 40 05 82 Solenoid Valves for Process Service 40 05 93.23 Low -Voltage Motor Requirements for Process Equipment 4041 13.13 Process Piping Electrical Resistance Heat Tracing 4042 13 Process Piping Insulation 4061 00 Process Control and Enterprise Management Systems General Provisions 40 61 21.20 Process Control System Testing (Contractor Performs Programming) 40 61 26 Process Control System Training 4061 96 Process Control Descriptions 4067 17 Industrial Enclosures 40 67 33 Panel Wiring 40 68 63 Configuration of HMI Software 40 70 00 Instrumentation for Process Systems 40 70 OOA Instrumentation List 4071 13 Magnetic Flow Meters 40 71 66 Transit Time Flow Meters 40 71 79 Flow Switches 40 72 23 Radar Level Meters 40 72 76 Level Switches 4073 13 Pressure and Differential Pressure Gauges 40 73 36 Pressure and Differential Pressure Switches 40 73 63 Diaphragm Seals 4078 13 Indicators and Meters 40 78 56 Isolators, Intrinsically Safe Barriers, and Surge Suppressors CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 7 of 8 Division 41— Material, Processing and Handling 1 41 22 13.13 1 Bridge Cranes Division 43 — Process Gas, Liquid Handling, Purification and Storage Equipment 43 21 50 Seal Booster Water Pump Station 43 23 35 Recessed Impeller Pumps 43 23 57 Progressing Cavity Pump 43 41 63.00 Wire and Strand Wrapped Prestressed Concrete Tank Division 46 — Water and Wastewater Equipment 46 05 53 Identification for Water and Wastewater Equipment 46 24 23 Inline Grinders 46 41 21.31 Jet Mixing Equipment - Wastewater 4643 13.11 Fiberglass Reinforced Plastic (FRP) Weirs, Baffles and Flumes 46 43 21 Circular Clarifier Equipment 46 61 20.13 FRP Launder Covers - Bucklin CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 00 00 00 TABLE OF CONTENTS Page 8 of 8 Volume 3 of 3 Appendices I GG6.06D A,r;n,,rity and Women n...u, d BusinessE,it .. i-i ,. G,.,..,,U, nee Minority Business Enterprise GC-6.07a COFW 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) GC-6.07b COFW 2013 Prevailing Water Rages (Commercial Construction Projects) TWDB Davis Bacon Prevailing Wage Rates — Heavy Construction TWDB Davis Bacon Prevailing Wage Rates — Building Construction TWDB DB-0154 Monthly Davis -Bacon Wage Rate Certificate of Compliance TWDB DB-0156 Guidance — Davis Bacon Wage Rate Requirements for SRF Projects TWDB ED-101 Site Certificate TWDB ED-103 Contractor's Act of Assurance (Construction Contract) TWDB ED-104 Contractor's Act of Assurance Resolution TWDB WRD-255 Bidder's Certifications - EEO TWDB 0459 Form Vendor Compliance with Reciprocity on Non -Resident Bidder TWDB 0551 Guidance - Supplemental Contract Conditions for CWSRF Non -Equivalency TWDB 0100 Guidance — Clean Water State Revolving Fund Loan Program (CWSRF) TWDB 1106 Guidance - AIS Guidance for Clean Water and Drinking Water SRF Projects TWDB I I06-A Form - Monthly American Iron and Steel Certificate TWDB I I06-B Form — AIS De Minimis Log GR-01 60 00 CFW Water Standard Product List SC-4.02.1 Subsurface and Physical Conditions —Geotechnical Data Report SC-4.02.2 Subsurface and Physical Conditions — Subsurface Utility Engineering 1 8 G 4; 0412 SC-4.06.1 Lead Inspection Report SC-4.06.2 Asbestos Inspection Report END OF SECTION CITY OF FORT WORTH VCWRF Primary Clarifier Improvements CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103295 GC-6.06.1) Minority Business Enterprise Compliance THIS PAGE INTENTIONALLY LEFT BLANK FORT WORTH = City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY IIf the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal is applicable POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will 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 MBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 5. Joint Venture Form, if goal is met or exceeded: received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 2/ 10/ 15 ATTACHMENT1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE n NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 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 Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE 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. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/10/15 FORT WORTH ATTACHMENT 1A �y�■ �` Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E Rev. 2/10/15 FORT ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E J Rev. 2/10/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. 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 Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE 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 MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(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 creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev. 2/10/15 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form Offeror's MBE Project Commitment: ATTACHMENT 1B Page 1 of 1 Check applicable block to describe prime M/W/DBE I NON-M/W/DBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror 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 MBEs 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 and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 2/10/15 Ffr,­r WOr TII OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form Offeror's MBE Project Commitment: ATTACHMENT 1C Page 1 of 4 Check applicable block to describe Offeror M/W/DBE I I NON-M/W/DBE BID DATE PROJECT NUMBER If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this I form. 11 If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day 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 MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from MBE 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 MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE 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 MBE firm, person contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone ADDITIONAL INFORMATION: Contact Person Scope of Work Reason for Rejection Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror 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 Offeror 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 shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 2/10/15 Joint Venture Page 1 of 3 FORT WORTH Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "NIA "if not applicable. A joint venture form must be completed on each project RFP/Bid/Purchasing Number: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non -MBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: Iff T :10i 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 2/10/15 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components Of Ownership Of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE 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 BDE Ordinance. Rev. 2/10/15 Joint Venture Paqe 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. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev. 2/10/15 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 This page intentionally left blank. 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 "General Decision Number: TX20240026 03/01/2024 Superseded General Decision Number: TX20230026 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). JIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g., an The contractor must pay loption is exercised) on or all covered workers at lafter January 30, 2022: least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. 1 JIf the contract was awarded onl. Executive Order 13658 for between January 1, 2015 andl generally applies to the January 29, 2022, and the contract. contract is not renewed or The contractor must pay alll lextended on or after January covered workers at least 1 130, 2022: 1 $12.90 per hour (or the applicable wage rate listed) on this wage determination,1 if it is higher) for all hours spent performing on that contract in 2024. 1 1 1 - The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2024 1 03/01/2024 * PLUM0146-002 01/01/2024 Rates Fringes PLUMBER/PIPEFITTER...............$ 38.28 12.81 ---------------------------------------------------------------- * SUTX1990-041 06/01/1990 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 ........................$ 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 Steel Setter ......... $ 10.64 ** TRUCK DRIVER .....................$ 7.34 ** WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the ED, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in 7anuary of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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 National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" "General Decision Number: TX20240270 04/05/2024 Superseded General Decision Number: TX20230270 State: Texas Construction Type: Building County: Tarrant County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). JIf the contract is entered into on or after January 30, 12022, or the contract is renewed or extended (e.g., an loption is exercised) on or lafter January 30, 2022: 1 1 �. Executive Order 14026 generally applies to the contract. �. The contractor must pay all covered workers at least $17.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2024. JIf the contract was awarded onl. for between January 1, 2015 andl January 29, 2022, and the contract is not renewed or �. lextended on or after January 130, 2022: 1 Executive Order 13658 generally applies to the contract. The contractor must pay alli covered workers at least $12.90 per hour (or the applicable wage rate listedi on this wage determination,1 if it is higher) for all hours spent performing on that contract in 2024. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number 0 1 2 ASBE0021-011 06/01/2023 Publication Date 01/05/2024 03/01/2024 04/05/2024 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation) .... $ 31.32 7.52 ---------------------------------------------------------------- BOIL0074-003 07/01/2023 Rates Fringes BOILERMAKER ......................$ 37.00 24.64 ---------------------------------------------------------------- * CARP1421-002 10/01/2023 Rates Fringes MILLWRIGHT .......................$ 32.02 11.27 ELEV0021-006 01/01/2023 Rates Fringes ELEVATOR MECHANIC ................$ 47.60 37.335+a+b FOOTNOTES: A. 6% under 5 years based on regular hourly rate for all hours worked. 8% over 5 years based on regular hourly rate for all hours worked. B. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Veterans Day. ---------------------------------------------------------------- ENGIO178-005 06/01/2020 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane .............$ 32.85 13.10 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above ..... $ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under ..............$ 32.35 13.10 IRON0263-005 06/01/2023 Rates Fringes IRONWORKER (ORNAMENTAL AND STRUCTURAL) ......................$ 27.89 7.93 ---------------------------------------------------------------- * PAIN0053-004 04/01/2014 Rates Fringes PAINTER (Brush, Roller, and Spray (Excludes Drywall Finishing/Taping))...............$ 16.40 ** 5.45 ---------------------------------------------------------------- PLUM0146-003 01/01/2024 Rates Fringes PIPEFITTER (Excludes HVAC Pipe Installation) ...............$ 38.28 12.81 ---------------------------------------------------------------- * SUTX2014-048 07/21/2014 Rates Fringes BRICKLAYER .......................$ 20.66 0.00 CARPENTER, Excludes Drywall Hanging, Form Work, and Metal Stud Installation ................$ 15.47 ** 1.82 CEMENT MASON/CONCRETE FINISHER ... $ 13.44 ** 0.00 DRYWALL FINISHER/TAPER ........... $ 16.24 ** 3.94 DRYWALL HANGER AND METAL STUD INSTALLER ........................$ 16.20 ** 3.40 ELECTRICIAN (Alarm Installation Only) ...............$ 18.00 0.38 ELECTRICIAN (Low Voltage Wiring Only) .....................$ 14.88 ** 2.15 ELECTRICIAN (Sound and Communication Systems Only) ...... $ 17.79 2.41 ELECTRICIAN, Excludes Low Voltage Wiring and Installation of Alarms/Sound and Communication Systems ........ $ 20.59 3.98 FORM WORKER ......................$ 12.35 ** 0.00 GLAZIER ..........................$ 16.61 ** 2.96 HVAC MECHANIC (HVAC Unit Installation Only) ...............$ 22.39 7.10 INSTALLER - SIDING (METAL/ALUMINUM/VINYL)........... $ 15.77 ** 0.00 IRONWORKER, REINFORCING .......... $ 12.19 ** 0.00 LABORER: Common or General ...... $ 11.30 ** 0.00 LABORER: Mason Tender - Brick ... $ 10.50 ** 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 10.81 ** 0.00 LABORER: Pipelayer..............$ 13.00 ** 0.35 LABORER: Roof Tearoff........... $ 11.28 ** 0.00 LABORER: Landscape and Irrigation .......................$ 10.00 ** 0.00 OPERATOR: Backhoe/Excavator/Trackhoe....... $ 13.09 ** 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader ................$ 13.93 ** 0.00 OPERATOR: Bulldozer .............$ 18.29 1.31 OPERATOR: Drill .................$ 17.60 0.50 OPERATOR: Forklift ..............$ 14.20 ** 0.00 OPERATOR: Grader/Blade .......... $ 12.95 ** 0.00 OPERATOR: Loader ................$ 12.89 ** 1.19 OPERATOR: Mechanic ..............$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) ......... $ 18.44 0.00 OPERATOR: Roller ................$ 15.04 ** 0.00 PIPEFITTER (HVAC Pipe Installation Only) ...............$ 21.28 4.45 PLASTERER ........................$ 15.30 ** 0.00 PLUMBER, Excludes HVAC Pipe Installation .....................$ 22.10 4.17 ROOFER ...........................$ 15.70 ** 0.58 SHEET METAL WORKER (HVAC Duct Installation Only) ...............$ 21.54 5.59 SHEET METAL WORKER, Excludes HVAC Duct Installation ........... $ 18.63 0.65 SPRINKLER FITTER (Fire Sprinklers) ......................$ 19.27 3.68 TILE FINISHER ....................$ 11.22 ** 0.00 TILE SETTER ......................$ 12.00 ** 0.00 TRUCK DRIVER: Dump Truck ........ $ 12.39 ** 1.18 TRUCK DRIVER: Flatbed Truck ..... $ 19.65 8.57 TRUCK DRIVER: Semi -Trailer Truck ............................$ 12.50 ** 0.00 TRUCK DRIVER: Water Truck ....... $ 12.00 ** 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($17.20) or 13658 ($12.90). Please see the Note at the top of the wage determination for more information. Please also note that the minimum wage requirements of Executive Order 14026 are not currently being enforced as to any contract or subcontract to which the states of Texas, Louisiana, or Mississippi, including their agencies, are a party. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAW" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classifications) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 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 National Office because National Office has responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" DB-0154 Revised 04/19 Monthly Davis -Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subrecipient) TW Project No. Loan No. This executed certificate must be submitted with each Outlay report for labor included within construction contracts. This Certificate applies only for Financial Assistance CLOSED AFTER 10/30/2009. I ,1 of (Name) (Title) hereby certify that periodic reviews of a (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll certifications, such as OMB No. 1235-0008, have been performed to verify that contractors and subcontractors are paying the appropriate wage rate for compliance with section 513 of the Federal Water Pollution Control Act (33 U.S.C. § 1372) for the Clean Water State Revolving Fund or with section 1452(a)(5) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(5)) for the Drinking Water State Revolving Fund. These laws require payment of prevailing wages in accordance with 40 U.S.C. §§ 3141-3144, 3146, and 3147 (contained within the Davis -Bacon Act, as amended). I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature Date F TaasWater Development Guidance on �a ANNIIIII ww Davis -Bacon Wage Rate Requirements for State Revolving Fund Projects DB-0156 Rev 07/ 19 Overview Davis -Bacon prevailing wage requirements apply to the construction, alteration, or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF) and to any construction project carried out, in whole or in part, by assistance made available by the Drinking Water State Revolving Fund (DWSRF). For the CWSRF and DWSRF programs, the Davis -Bacon prevailing wage requirements apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration, or repair, including painting, of a treatment works project under the CWSRF or a construction project under the DWSRF. Contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. The prevailing wage requirements apply to all State Revolving Fund (SRF) financial assistance projects. For prime contracts in excess of $100,000, contractors and subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The overtime provisions of the Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. Page 2 of 37 DB-0156 Rev 07/ 19 Table of Contents To access the various sections, place cursor over the Chapter or page #, then press Ctrl+Click to follow the link. Chanter Paae Number WageRate Requirements..........................................................................................................4 ComplianceProcedures............................................................................................................. 4 Davis -Bacon General Wage Determinations..............................................................................6 Requesting Additional Wage Determinations (Using SF 1444).................................................. 7 ContactInformation.................................................................................................................. 8 Contact Information — Department of Labor Texas Offices........................................................ 9 Monthly Davis -Bacon Wage Rate Certificate of Compliance ............................................. 11 Standard Form 1445 — Labor Standards Interview...................................................................12 Statement of Compliance Certification by Contractor for State Revolving Funds.....................13 U.S. Department of Labor Payroll form WH-347....................................................................14 Davis -Bacon Poster, WH-1321................................................................................................16 Appendix 1 — Applies to Governmental Entities (such as Cities and Districts) .........................17 Appendix 2 — Applies to Non -Governmental Entities (such as Water Supply Corporations and PrivateCompanies)................................................................................................................. 25 Appendix 3 — Requesting Additional Wage Determinations.................................................... 34 Page 3 of 37 DB-0156 Rev 07/ 19 Wage Rate Requirements The following wage rate requirements apply to entities receiving financial assistance under the CWSRF and DWSRF programs and will be incorporated into the associated legal instruments. These entities, such as cites, districts, water supply corporations or private companies, are referred to as "subrecipients" within this document. CWSRF: A subrecipient must comply with the requirements of section 513 of the Federal Water Pollution Control Act (33 U.S.C. 1372) in all procurement contracts and must require contractors to include compliance with section 513 of the Federal Water Pollution Control Act in all subcontracts and other lower tiered transactions. All contracts and subcontracts for the treatment works construction project must contain in full in any contract in excess of $2,000 the wage rate requirements contract clauses prescribed by TWDB. Section 513 requires compliance with 40 U.S. Code Sections 3141 to 3144, 3146, and 3147 covering wage rate requirements. DWSRF: A subrecipient must comply with the requirements of section 1452(a)(5) of the Safe Drinking Water Act (42 U.S.C.300j-12(a)(5)) in all procurement contracts and must require contractors to include compliance with section 1452(a)(5) of the Safe Drinking Water Act in all subcontracts and other lower tiered transactions. All contracts and subcontracts for the construction project must contain in full in any contract in excess of $2,000 the wage rate requirements contract clauses prescribed by TWDB. Section 1452(a)(5) (42 U.S.C.300j-12(a)(5)) requires compliance with 42 U.S.C.300j-9(e) which in turn requires compliance with 40 U.S. Code Sections 3141 to 3144, 3146, and 3147 covering wage rate requirements. Subrecipients must adhere to the requirements in Sections 1-5 in Appendix 1 (for governmental entities) or Appendix 2 (for non -governmental entities). Compliance Procedures In order to be held in compliance and satisfy this federal requirement, entities will need to do the following: 1. Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at hgps://sam.aov/content/wale-determinations. Once it is determined that Davis -Bacon wage rates will apply to a construction contract, the subrecipient's contracting organization must state in the solicitation that Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis -Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the subrecipient must monitor hUs://sam.Qov/content/wale-determinations on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The subrecipients must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipient may request a finding from TWDB that there is not a reasonable time to notify interested contractors of the modification of the wage determination. 2. Insert wage rate requirements in full for all contracts and subcontracts in excess of $2,000 - If the subrecipient is a governmental entity such as a city or district, it must insert in full the Page 4 of 37 DB-0156 Rev 07/ 19 contract clauses found in Appendix 1, Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the subrecipient is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses found in Appendix 2, Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The subrecipient must ensure all prime contracts require the same full text in any subcontracts. 3. Monthly Certification - A Monthly Davis Bacon Wage Rate Certificate of Compliance must be completed by the subrecipient of the SRF funding and submitted monthly to TWDB once construction has begun. (See Monthlv Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subrecipient) DB-0154). 4. Contractor Payroll Requirements - The contractor is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Contractors/ subcontractors must furnish weekly a statement with respect to the wages paid to each employee during the preceding week. They may use the Department of Labor (DOL) Payroll Form WH- 347 and weekly Statement of Compliance on the reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB's form, Statement of Compliance Certification by Contractor for SRF, D13-0155. The DOL Payroll Form WH-347 can be found under the forms section of this document or at the following link: http://www.dol.2ov/whd/i)ro2rams/dbra/wh347.htm. (See DOL Pavroll Form WH-347) 5. Interviews - The subrecipient must periodically interview a sufficient number of employees entitled to the Davis -Bacon prevailing wages to verify that contractors or subcontractors are paying the appropriate wage rates. All interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) found in the forms section or equivalent documentation to memorialize the interviews. The subrecipient must establish and follow an interview schedule based on its assessment of the risks of noncompliance with Davis -Bacon posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with Davis -Bacon. Subrecipients must immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. (See Section 5 of Appendix 1 and 2) 6. Payroll Records - Certified payroll records are required to be retained by the subrecipient and contractor for three years after completion of the construction project. The subrecipient must periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. (See Section 5 of Appendix 1 and 2) 7. Wage Rate Poster - Post the required Poster (WH-1321) and applicable wage rates at the construction site. The wage rate poster may be found at under the forms section of this document or at httn://www.dol.Qov/whd/_)ro2rams/dbra/whl321.htm. (See Davis -Bacon Wage Rate Poster, WH-1321) 8. Report Violations - Subrecipients must immediately report violations of the Davis -Bacon prevailing wage requirements to the EPA Davis -Bacon Coordinator listed in the assistance Page 5 of 37 DB-0156 Rev 07/ 19 agreement and to the appropriate DOL WHD Office listed at hU://www.dol.Qov/whd/america2.htm. (See Section 5 of Appendix 1 and 2) Davis -Bacon General Wage Determinations A "wage determination" is the listing of wage and fringe benefit for each classification of laborers and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has determined to be prevailing in a given area for a particular type of construction. The Davis -Bacon Wage Determinations are classified by the nature of the construction projects performed, specifically listed as "schedules": residential, building, highway, and heavy construction. A brief outline of the definitions for each schedule is listed below. • Construction Type: Heavy determination This determination includes those projects that are not properly classified as either "building," "highway," or "residential." Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics, and separate schedules may be issued for dredging projects, water and sewer line projects, dams, major bridges, and flood control projects. • Construction Type: Highway determination This determination includes construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. • Construction Type: Building determination This determination includes construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment or supplies; all construction of such structures; the installation of utilities and of equipment, both above and below grade levels; as well as incidental grading, utilities and paving. Such structures need not be "habitable" to be building construction. Also, the installation of heavy machinery and/or equipment does not generally change the project's character as a building. • Construction Type: Residential This determination includes the construction, alteration or repair of single-family houses, apartment buildings of no more than four stories in height. This includes all incidental items such as site work, parking areas, utilities, streets, and sidewalks. Entities should review their contractor's wage decisions and confirm they provide an adequate classification of the labor required for the specific construction contract. Most CWSRF and DWSRF projects will fall under the "Heavy" construction type, but entities should ask their consulting engineers if unsure. Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work (i.e. a building is constructed in a water treatment facility). This is described in more detail in DOL's All Agency Memorandum 130 with Addendum 131. Seethe DOL's website hU://www.dol.2ov/whd/proarams/dbra/memorand.htm. In such cases, the contracting agency should designate the work to which each wage determination or part thereof applies per FAR 22.404-2 thru 404-3 (Federal Acquisition Regulations). Should Page 6 of 37 DB-0156 Rev 07/ 19 overlaps occur in the wage classification schedules for the contract(s), the owner may consider adopting the higher rate classification. htti)s://www.acciuisition.Qov/browse/index/far In all cases, the entity is responsible to insure an adequate classification is provided to insure compliance with the law. Where contractors alert the owner that the classification is inadequate, the owner should work with the contractor and the DOL to address any valid concerns. See the Contact Information below for additional resources. Requesting Additional Wage Determinations (Using SF 1444) If the wage determinations found at httns://sam.aov/content/wage-determinations are missing a wage rate needed for the specific job classification, construction type, and/or project location, it will be necessary to seek a conformance from U.S. Department of Labor (DOL). A conformance is a customized wage rate generally negotiated by the contractor and his or her employee(s) and approved by DOL, and is only valid for the particular project for which it is granted. Ideally, the conformance process should be initiated after the bid is awarded, but before work has started on the project. Once the bid is awarded, the subrecipient should ask the winning bidder to review the wage determination to assess whether any job classifications necessary for the completion of the project are missing from the DOL's wage determination for the project's area. The prime contractor for the SRF construction contract initiates the conformance request by completing a Standard Form (SF) 1444 — Request for Authorization of Additional Classification and Rate. See Appendix 3 for instructions on completing SF 1444 — Request for Authorization of Additional Classification and Rate. Page 7 of 37 DB-0156 Rev 07/ 19 Contact Information All questions regarding Davis -Bacon guidance can be directed to: U.S. Department of Labor Wage and Hour Division I -866-4USWAGE (1-866-487-9243), TTY: 1-877-889-5627, Monday -Friday 8 a.m. to 8 p.m. Eastern Time. If you require further information about Davis -Bacon and how to apply it to your project, please contact the Texas Water Development Board Project Team Manageryour region or Clay Schultz, Director, Regional Water Project Development at (512) 463-6277. Additional Resources: For Wage Determinations applicable to construction projects in Texas: hUs://sam. Qov/content/wale-determinations 2. For more information on prevailing wage and wage determinations visit the Prevailing Wage Resource Book: hUs://www.dol.2ov/whd/2ovcontracts/pwrb/toc.htm 3. The United States Department of Labor website: hU://www.dol.aov/whd/aovcontracts/dbra.htm The webpage provides an overview, compliance assistance material, poster information, recordkeeping, DOL contact information and more. 4. Davis -Bacon and Related Acts (DBRA) Frequently Asked questions More in-depth information can be accessed at the Department of Labor (DOL) website: hU://www.dol.2ov/whd/pro2rams/dbra/fags.htin Page 8 of 37 DB-0156 Rev 04/ 19 Contact Information - Department of Labor Texas Offices Clear Lake District Office Phone: Adrian Samaniego US Dept. of Labor (281) 488-0690 District Director Wage & Hour Division 1-866-4-USWAGE Camino Center II (1-866-487-9243) 17625 El Camino Real Suite 482 Houston, TX 77058 Dallas District Office Phone: Jesus Valdez US Dept. of Labor (817) 861-2150 District Director Wage & Hour Division 1-866-4-USWAGE The Offices @ Brookhollow (1-866-487-9243) 1701 E. Lamar Blvd., Suite 270, Box 22 Arlington, TX 76006-7303 Houston District Office Phone: Robin Mallet US Dept. of Labor (713) 339-5500 District Director Wage & Hour Division 1-866-4-USWAGE 8701 S. Gessner Drive, Suite 1164 (1-866-487-9243) Houston, TX 77074-2944 McAllen District Office Phone: Nathan Barrow US Dept. of Labor (956) 682-4631 District Director Wage & Hour Division 1-866-4-USWAGE 1101 E. Hackberry Ave., Suite 400 (1-866-487-9243) McAllen, TX 78501 Corpus Christi Area Office Phone: Vacant US Dept. of Labor (361) 888-3152 District Director Wage & Hour Division 1-866-4-USWAGE Wilson Plaza (1-866-487-9243) 606 W. Carancahua, Suite 705 Corpus Christi, Texas 78476 San Antonio District Office Phone: Cynthia Ramos US Dept. of Labor (210) 308-4515 District Director Wage & Hour Division 1-866-4-USWAGE Northchase 1 Office Building (1-866-487-9243) 10127 Morocco, Suite 140 San Antonio, TX 78216 Austin District Office Phone: Nicole Sellers US Dept. of Labor (512) 236-2560 District Director Wage & Hour Division 1-866-4-USWAGE JJ Pickles Federal Building (1-866-487-9243) 300 East 8th Street, Suite 865 Austin, TX 78701 Page 9 of 37 West Texas Panhandle and Northwest Quadrant: See Albuquerque, NM Albuquerque District Office Mailing Address: US Dept. of Labor Wage and Hour Division P.O. Box 907 Albuquerque, NM 87103-0907 Physical Address: 500 Gold, SW - Suite 12000 Albuquerque, NM 87102 Phone: (505) 248-6100 1-866-4-USWAGE (1-866-487-9243) DB-0156 Rev 04/ 19 Evelyn Sanchez District Director Page 10 of 37 DB-0156 Rev 04/ 19 Forms Section Monthly Davis -Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subrecipient) TWDB Project No. Loan No. This executed certificate must be submitted with each Outlay report for labor included within construction contracts. This Certificate applies only for Financial Assistance CLOSED AFTER 10/30/2009. I, (Name) (Title) hereby certify that periodic reviews of a of (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll certifications, such as OMB No. 1235-0008, have been performed to verify that contractors and subcontractors are paying the appropriate wage rate for compliance with section 513 of the Federal Water Pollution Control Act (33 U.S.C. 1372) for the Clean Water State Revolving Fund or with section 1452(a)(5) of the Safe Drinking Water Act (42 U.S.C.300j- 12(a)(5)) for the Drinking Water State Revolving Fund. These laws require payment of prevailing wages in accordance with 40 U.S.C. §§ 3141-3144, 3146, and 3147 (contained within the Davis -Bacon Act, as amended). I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature Date Page 11 of 37 Standard Form 1445 — Labor Standards Interview CONT RACT NU M SE R NAME OF PRIME CONTRACTOR NAME OF EMPLOYER SUPERVISOR'S NAME LAST NAME IFIRST NAME Do you work over 8 hours per day? Do you work over 40 hours per week? LABOR STANDARDS INTERVIEW LAST NAME STREETADDRESS CITY MI WORK CLASSIFICATION ACTION Are you paid at least time and a half for Overtime hours? EMPLOYEE IN FO RMATION IFIRST NAME Are you receiving any cash payments for fringe benetits required by the posted wage determination decision? WHAT DEDUCTIONS OTH ER THAN TAXES AND SOC iAL SECU RFTY ARE MADE FROM YOUR PAY? HOW MANY HOURS DID YOU WORK ON YOUR LAST WORK DAY BEFORE TOOLS YOU USE THIS INTERVIEW? DATE OF LAST WORK DAY BEFORE INTERVIEW (YYMMOO) DATE YOU BEGAN WORK ON THIS PROJECT (YYMMOD) THE ABOVE IS CORRECT TO THE BEST OF MY KNOWLEDGE EMPLOYEE'S SIGNATURE DB-0156 Rev 04/ 19 MI STATE ZIP CODE WAGE RA E CHECK BELOW YES NO INTERVIEWER ISIGNATURE TYPED OR PRINTED NAM INTERVIEWER' COMMENTS WORK EMPLOYEE WAS DOING NkiEN INTERVIEVIED ACTION iff explane7;vn is aesded, use cmlunents section) IS EMPLOYEE PROPERLY CLASSIFIED AND PAID? ARE WAGE RATES AND POSTERS DISPLAYED? FOR USE BY PAYROLL CHECKER IS ABOVE INFORMATION IN—nckmc— rdTH PAYROLL DATA? ❑ YES ❑ NO COMMENTS LAST NAME SIGNATURE AUTHORIZED FOR LOCAL REPRODUCTION Prwicus edition not usable CHECKER IFIRST NAME MI JOB TITLE DATE (YYMMDD) DATE (YYMMOD) YES NO DATE (YYMMDD) STANDARD FOR 1445 (REV. i2.98) Presaibed by GSA- FAR (48 CFR) 53.222(g) Page 12 of 37 Statement of Compliance Certification by Contractor for State Revolving Funds Federal Davis -Bacon Requirements In accordance with Title 29 CFR Part 5.5(a)(3)(ii), each weekly payroll must be accompanied by a Statement of Compliance Certification executed by each contractor/subcontractor employing mechanics and laborers at the work site in which the federal government is to participate. Contractors may choose to use the DOL Form WH-347 payroll with the accompanying statement of compliance located on the back of Form WH- 347 OR provide contractor's own payroll form using this TWDB Statement of Compliance Certification, DB-0155. Date: Estimate Number: for the payroll period to Name of Project: Location: Contract Number: TWDB SRF Project #: Date Contract Awarded: I (Name and Title of Signatory Party) do hereby state: (1) That I pay or supervise the payment, during the above payroll period, of the persons employed by (Contractor or Subcontractor); that all persons employed on said project have been paid the full weekly wages earned; that no rebates have been or will be made either directly or indirectly to or on behalf of said (Contractor or Subcontractor) from the full weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations Part 3 (29 C.F.R. Subtitle A), issued by the Secretary of Labor under the Copeland Act, as amended (48 Stat. 948, 63 Start. 108, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. § 3145) as described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each laborer or mechanic conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS DB-0155 3/10/2016 ❑ in addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in section 4(c) EXCEPTIONS below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH ❑ Each laborer or mechanic listed in the attached payroll has been paid, as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below. (c) EXCEPTIONS EXCEPTION (CRAFT) REMARKS NAME AND TITLE SIGNATURE EXPLANATION THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION. SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. Page 13 of 37 U.S. Department of Labor PAYROLL Wage and Hour [Division For Contractors O tonal Use, Sea Instructions �wwwdol. ovMlhdlrormaMlhS47inztr.i g �aWHO Persons are rxlFraqumd fa raVand fa dfe oodacWof mfomlaw unless if dxMysa currently uakd 0W caned numhof Rev. Dec. 2008 NAME OF CONTRACTOR O OR SUACONTRACTO R 0 ADDRESS OMB No-i 1235-00M Expires 0212812018 PAYROLL NO FORWEEKENDING PROJECT AND LOCATION PROJECTOR CONTRACTNO Ill 12) (3) (4) DAY AND DATE (i7 I8) i3i (9) cei z z DEDUCTIONS o MAM E AND INDIVIDUAL IDENTIFYI NO NUMBER " GROSS WIT14- WADES x MET te.0.. LAST FOUR 11101 Tr OF SOCIAL SECURITY WOAIC o TOTAL RATE AMOUNT HOLDING TOTAL PAID NUMBER)OF WORKER i ID CLA BSg=1OYT10N :-DL1Ri9 W tEr EAC Y aOURy OF PAY EARNED FICA TAX OTHER DEDUCTIONS FOR WEEK e 8 8 1 d ❑ s ❑ s fJ s While mmplaun of Form Wk4347le opthnal, it Is mandk❑ry }or covered c haclrra and subcanrackrs pelmNng work on Federally financed or a6vdad—druction cortraclsto respond No the ir&—bon colleetbn contained in 29 C F.R. 93.3. 5 5(a) The Copeland Act NO U 3.0 9 3145) cortron.. and yulb—hods. yarf❑rmng work on Federally financed or ea�dad c— rumon contracts to"V-fi wea,dy s otato—I wph respod to the wages paid each on clo"e dump the precedng week." U.3. Depadment of Lahpr iDOQ mule bna at 29 c.F 0. S, 9.5(o(3)Ilo rmgdlm cOrtraclom to BJpmi w+s ekly a cop} it as payrom to 1n@ Feder& agpnW cOnlWng Tor or ➢nancing the COPolruchOn grOlecL &Mr panled by a egned-STaIBITLBR or Copp Nance' InmC anng Inat lne payrolls are correct and c mpie* and InPI Bacn IAIIDrer or mechanic has Gees paid not less than the proper Da laBac- prevailing wage rate For the work perfumed DO aid federal cunlracting agencies recewing IHs n(on—1 on review the Irformalun No *lerrrine the enVbyees have recewool legalhr re+7uimd wages and fiirge henetik Ma19c Burden Slav—1 Vole estimate tlul b wil, take an av eagc of 55 mintea to compiele Ihis collodion, inclucinp4me for reviewing inoc—tuna searchlrg Piaung data awrcea. WI henry and mantalnng the data needed and comptenng and reyi—ng Ire collection of mf—fion 11 you nave airy cemri)M roWding these BSbMaW8 Or any other aR]Bct Grthls collection, Including sugges9ons for redUcIng this bwdBn, send themta He AdnllnMpator. Wage and Holly DMIBon, U.S. Department a Larder, Ream 3350Z 290 Con BlWton Av@M@, N.W. Washined.R DO 21210 C-0 C to Date (Name of %natory Party) do hereby state: (1) That I pay or supervise the payment of the persons employed by lb) WHERE FRINGE BEN ERTS ARE PAID IN CASH — Each laborer or mechanic listed in the above referenced payroll has been paid. (Title) as indicated on the payroll, an am cunt not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as llsled In the contract, except as noted in section 4(c) below. (c) EXCEPTIONS m the (Contractor or Subcontractor) EXCEPTION [CRAFT] that during the payroll perlod commencing on me (Building or Work) day of and ending the day of all persons employed on said project have bean paid the full weekly wages earned, that no rebates have been or will be made either directly or nd irectly to Or On behalf of said from the full (Con tractor or Su hcontractory weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person. other than pvmisslble deductions as dell ned in Regulatlons. Part 3 (29 C.F.R. Subtitte A), Issued by the Secretary of Labor under the Copeland Act, as amended (48 Stal. 945. 63 Stet. 10& 72 Stat, 907: 75 Shal. 357; 40 U.S.C. § 3145), and described below: (2) That any payrolls othenwi se under this contract required to ba sub milted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contain ad in any wage determination incorporated into the contract: that the cta ssfications set forth therein for each lab over or mechanic Conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program regl slated with a State apprenticeship agency recognized by the Bureau of Apprenliceship and Training, United States Department of Labor, or if no such recognized agency exists In a State, are registered with the Bureau of Apprenticeship and Training, United Slates Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROV ED PLANS, FUNDS, OR PROGRAMS It — in addition to the basic hourly wage rates pak) to each laborer or mechanic listed In CD the above referenced payroll, payments of Mnge bon at Is as listed In the contract have been or will be made to appropriate programs for the ben ei t Of such employees, U nt except as noted in section 4(c) below. O W J REM-PKS NAME AND TILE SIGNATURE EXPLANATION TKE WILLFUL FALsi ICAT ION OF AN Y OF THE ABOVESTATENENTs MAY&J&ECT THE CONTRACTOR OR SUBCONTRACTOR TO CIVIL OR CR IMNAL PRO SECUT(ON SEE SECTION 1001 OF TITLE 1B AND SECTION 231 OF TRLE 31 OF THE UNITED STATES CODE Davis -Bacon Poster, WH-1321 http://www.dol.�4ov/whd/re�4s/compliance/posters/davis.htm EMPLOYEE RIGHTS UNDER THE DAVIS-BACON ACT FOR LABORERS AND MECHANICS EMPLOYED ON FEDERAL OR FEDERALLY ASSISTED CONSTRUCTION PROJECTS THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION PREVAILING You must be paid not less than the wage rate listed in the Davis -Bacon WAGES Wage Decision posted with this Notice for the work you perform. OVERTIME You must be paid not less than one and one-half times your basic rate of pay for all hours worked over 40 in a work week. There are few exceptions. ENFORCEMENT Contract payments can be withheld to ensure workers receive wages and overtime pay due, and liquidated damages may apply if overtime pay requirements are not met. Davis -Bacon contract clauses allow contract termination and debarment of contractors from future federal contracts for up to three years. A contractor who falsifies certified payroll records or induces wage kickbacks may be subject to civil or criminal prosecution, fines and/or imprisonment. APPRENTICES Apprentice rates apply only to apprentices properly registered under approved Federal or State apprenticeship programs. PROPER PAY It you do not receive proper pay, or require further information on the applicable wages, contact the Contracting Officer listed below: or contact the U.S_ Department of Labor's Wage and Hour Division. For additional information: a• eY 1-866-4-USWAGE W MHO (1-866-487-9243) TTY: 1-877-889-5627 "�"��'�H� VVW.WAG EHGU R. DGL. GGV V.S. Departme I of Labor I Em pioymenl Slandards Ad mi nisiralion I Wage and Hour Division .. , 22, in.- Apn, 20wi Page 16 of 37 Appendix 1— Applies to Governmental Entities (such as Cities and Districts) 1. Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Subrecipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the subrecipient shall monitor hUs://sam.Qov/content/wade-determinations weekly to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the TWDB that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the subrecipient. (ii) If the subrecipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor hUs://sam.Qov/content/wale-determinations on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. (b) If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from hUs://sam.Qov/content/wag_e- determinationsv into the ordering instrument. (c) Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. (d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subrecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient's contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. Page 17 of 37 3. Contract and Subcontract provisions. (a) The subrecipient(s) shall 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 treatment work under the CWSRF or a construction project under the DWSRF 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 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work 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 29 CFR 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. Subrecipients may obtain wage determinations from the U.S. Department of Labor's web site, hUs://sam. 2ov/content/wale-determinations. (ii)(A) The subrecipient(s), on behalf of EPA, 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 TWDB shall approve a request for 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. Page 18 of 37 (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient (s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB 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 subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request 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 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 subrecipient(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this 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, all or part of the wages required by the contract, the EPA 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. Such records shall contain the name, address, and social security number of each such Page 19 of 37 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 l(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 l(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 subrecipient, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls 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 the weekly payrolls. 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/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 address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, 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 subrecipient(s). (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 § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 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. Page 20 of 37 (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 TWDB, EPA 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 EPA or TWDB 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 to 29 CFR 5.12. (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 j ourneymen 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 Page 21 of 37 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 less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee 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 EPA determines may by appropriate, 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 subrecipient(s), TWDB, EPA, 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 a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Page 22 of 37 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (a)(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 Item 3, above or 29 CFR 4.6. 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 (a)(1) of this section the contractor and any subcontractor responsible therefore 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 (a)(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 (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The subrecipient, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall 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 (a)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(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 (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall 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 Subrecipient shall 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 EPA, TWDB, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. Page 23 of 37 5. Compliance Verification (a) The subrecipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) found in TWDB guidance document TWD13-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB. Subrecipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the subrecipient should spot check payroll data within two weeks of each contractor or subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments there under by contractors and subcontractors who claim credit for fringe benefit contributions. (d) The subrecipient shall periodically review contractors and subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at httv://www.dol.gov/whd/america2.htm. Page 24 of 37 Appendix 2 — Applies to Non -Governmental Entities (such as Water Supply Corporations and Private Companies) 1. Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Subrecipients must obtain proposed wage determinations for specific localities at hUs://sam.Qov/content/wane-determinations. After the subrecipient obtains its proposed wage determination, it must submit the wage determination to the TWDB for approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing contractors (ordering instruments unless subsequently directed otherwise by the TWDB.) (b) Subrecipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the subrecipient shall monitor hUs://sam.2ov/content/wade-determinations on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the TWDB that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the subrecipient. (ii) If the subrecipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor https://sam.2ov/content/wa2e-determinations on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. (c) If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from hUs://sam.2ov/content/wa2_e- determinations into the ordering instrument. (d) Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. Page 25 of 37 (e) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subrecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient's contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 3. Contract and Subcontract provisions. (a) The subrecipient(s) shall 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 treatment work under the CWSRF or a construction project under the DWSRF 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 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project or the Consolidated Appropriations Act, 2016 (or subsequent federal law) for a DWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work 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 29 CFR 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. Subrecipients may obtain wage determinations from the U.S. Department of Labor's web site, hUs://sam. Qov/content/wale-determinations. (ii)(A) The subrecipient(s), on behalf of EPA, 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 TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: Page 26 of 37 (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 subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient(s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB 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 subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request 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 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 subrecipient(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this 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, all or part of the wages required by the contract, the EPA may, after written notice to the contractor, sponsor, Page 27 of 37 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. 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 l(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 l(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 subrecipient, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls 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 the weekly payrolls. 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 httn://www.dol.gov/whd/fonns/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 address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, 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 subrecipient(s). (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 § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 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 Page 28 of 37 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 TWDB, EPA 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 EPA or TWDB 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 to 29 CFR 5.12. (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 j ourneymen 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. Page 29 of 37 (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 less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee 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 EPA determines may by appropriate, 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 Subrecipient(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. Page 30 of 37 (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 a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (a)(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 Item 3, above or 29 CFR 4.6. 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 (a)(1) of this section the contractor and any subcontractor responsible therefore 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 (a)(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 (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The subrecipient shall upon the request of the EPA Award Official or 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 (a)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(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 (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall 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 Page 31 of 37 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 Subrecipient shall 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 EPA, TWDB, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The subrecipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) found in TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the contractor or subcontractor is not complying with DB. Subrecipients shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable the subrecipient should spot check payroll data within two weeks of each contractor or subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB . In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments there under by contractors and subcontractors who claim credit for fringe benefit contributions. Page 32 of 37 (d) The subrecipient shall periodically review contractors and subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at htti)://www.dol.2ov/whd/america2.htm. Page 33 of 37 Appendix 3 - Requesting Additional Wage Determinations If the wage determinations found on htt2s://sam.Qov/content/wale-determinations are missing a wage rate needed for the specific job classification, construction type, and/or project location, it will be necessary to seek a conformance from U.S. Department of Labor (DOL). A conformance is a customized wage rate generally negotiated by the contractor and his or her employee(s) and approved by DOL, and is only valid for the particular project for which it is granted. Ideally, the conformance process should be initiated after the bid is awarded, but before work has started on the project. Once the bid is awarded, the subrecipient should ask the winning bidder to review the wage determination to assess whether any job classifications necessary for the completion of the project are missing from the DOL's wage determination for the project's area. The prime contractor for the SRF construction contract initiates the conformance request by completing a Standard Form (SF) 1444 — Request for Authorization of Additional Classification and Rate (found at the end of this document). The following is an overview of the process that the TWDB and its subrecipients are required by EPA and DOL to follow: 1. Prime Contractor completes the SF 1444 and submits the fully executed form, along with the applicable existing DOL Wage Decision for the area, to the subrecipient (such as the City, District, or Water Supply Corporation). 2. Subrecipient reviews and, if it concurs, submits the SF 1444 and existing DOL Wage Decision for the area to the TWDB by emailing a scan of the completed form and Wage Decision to WagesLtwdb.texas. og_v. 3. TWDB reviews and submits the request to the DOL, along with a copy to EPA. 4. DOL responds to the TWDB with a decision. 5. TWDB informs the subrecipient of DOL's decision to approve, modify or deny the request. 6. Subrecipient incorporates the approved conformance wage determination into the construction contract and awards the contract within 180 days of the conformance issuance date. Copies of the conformance approval should be maintained with Davis -Bacon records. Questions: Email TWDB at WagesLtwdb.texas.gov Page 34 of 37 Before completing and submitting the SF 1444, please note: All classes of laborers or mechanics that are not listed in an existing DOL wage determination and that are to be employed under the contract must be classified in conformance with the existing DOL wage determination for the area. Therefore, any additional classification, along with the associated wage rate and fringe benefits, may only be approved by DOL when the following have been met: (1) The work to be performed by the classification being requested on the SF 1444 is not performed by a classification that is already in an existing DOL wage determination; (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any fringe benefits, bears a reasonable relationship to the wale rates contained in the existing DOL wale determination for the area. Instructions for boxes on SF 1444: Check "Construction Contract" at the top of the form Box 2. Insert the following: Texas Water Development Board Austin, TX Box 3. Prime Contractor's name Box 4. Date the signed form was emailed to TWDB Box 5. TWDB's Project Number Box 6. The date the bid was opened (Bid letting date) Box 7. The date the contract was awarded. Box 8. The actual date the contractor will be starting or started work. Box 9. Leave blank - this section is not applicable. Box 10. List all subcontractors that will utilize the labor classification listed in box 13a. If none, enter "N/A." Box 11. Project title and description of the project work. Box 12. Location of project (include city, county and state). Box 13. The information for "Number" and "Date" are found on the front page of the DOL's General Decision for the area. Number: Look for the "General Decision Number" (for example: TX180116). Dated: The date is immediately after the General Decision Number. Page 35 of 37 Box 13a. List all jobs for which you are requesting a wage (for either the prime or the subcontractor). Include a detailed job description and duties to be performed. (Note: If the proposed job classification is not one that is commonly used by DOL in their Wage Determination in Texas, such as a "CARPENTER", "ELECTRICIAN", or "TRUCK DRIVER", it is important to include a detailed description with the initial request. The DOL needing to follow up with a request for a detailed job description for a new classification name will delay their review and response significantly.) Boxes 13b and 13c. The proposed wage and fringe rates should bear a reasonable likeness to the category classification wage and fringe rates (operator, laborer, truck driver, etc.) listed in the existing DOL wage determination for the area. Box 14. If there is a subcontractor listed on line 10, its representative signs on this line (include title). Box 15. The prime contractor's representative must sign on this line (include title). Box 16. If the prime contractor or subcontractor has a specific employee who will be performing the labor classification(s) listed in box 13a, or if the employees' have legal representation (such as a union), the employee or representative must sign and include their title. (Note: the designated representative of an existing employee cannot be the contractor's personnel office or any other contractor representative.) If no existine emalovee is known or identified to perform work under the listed classification, then enter "Unknown" in Box 16. The "Agree" or "Disagree" boxes are checked by anyone signing in boxes 14, 15, and 16. Page 36 of 37 AYT7aF�5 It LIUsl REQUEST FOR AUTHORIZATION OF Ej�E�nrfODrrrRACr ADD171GNAL CLASSIFICATION AN RATE �aor45rILETIMCUNTFACT RAAa 9 o.rdr ra *& dear.....,.. or MT Mm i batnaad s m"vagr 1 S rfa. w ngPerur, iCd� "o- Ta WAAl m. iard dV *A" das aerc*ti gMW" are rfdawatrg ** d•f r++dsd, are -0M�M aM f Yiq *r ceaseen or reE.ird&e s"d fm5ii0'A nrcrnd g *a b-Idri Orl� er MV a*r &PWL ef *a WULA r. M Mff"2m, kdUTrg d tf rodudnn lhd badw, 1d mf FAR Sonim a f RS), OPR* ai F"eJ. Aden Fcivh, GSA Wfttr'Qlr4 GC 25405; are s ** Ork* d UWagaim are B k*pa, Fes'. o& Fadaa2n PreoLi 003b•4MC WrfimGem, OC M503_ aBIM! THE OOITFL L7M SHALL COMPLETE ITEMS 3 TFHOUGH 15 AND SlBrr THE IBOLEST, N UUALRUPLCAT E, TO THE UA TAACTNG UFFK3ER I. 7U: 2 FIIO�! fFE?iTAFA/QQAiCi] AKa STRl4TU% E ioft r 9a•.i AdmiweaYen VMAM AM HXR EIW6rON LLS. OEP1RTME14T OF LABOR �FL O.C_ 7B7l74 � RATE OF IEOl6fiT i OM"U;Cr W&MM �d 6ATE 9D 8PE}IED PFA= 7 "M CW MMW auvaq 14. 9 B;OCNTFb%CT : f.W M d 7 7 _ RRO�L'C AFO �#PT'IOFL � Wdt L W 77A CFf AO0 AFi1H4C rxaber Lt ...+. •.• p 12 IOORTWI JCFTY, OGUffY AWSTA 74 $ GAW OOHTRACr %RM urge ffral . IaYI s L€ STARrEO a.aa:.inq LSC. au Y'f 13_ W. L—ft" ILr 1,l6 .Y.e le I. ,A,4 Wiev ft"Ur " I rz YnV4e L&M I rlaL I, Y I as rail eL—Ml Iv Ili]iYaQ--91rz rUukAs ftU 134 I el'.%l —K I me ND/CATEO O CFTKM C.3 NOT NCLIEM N TFE Off-AWNWr OF LABOR DMIii1 nM FAa®r- DATA a UST M OIL91! OERUNIp0Q, OUTE$ I 4WMGE FtPLW8j P-FiAGE&ENEFrrS PAYMENTS ANDFLA-K lAIE FOR PFKFOSM OLA9IFFCATa3M8JWA CFLY] ���..rl.r.rAFrAr y� rr �xJ 14- SMMTLM AM TITLE OF SIBOONTR/CIOR REPREEENTATWE OF AN" 15_ alIMTLM AND TITLE OF FR _,,REPIE5MTATrVE 11 93NA7UlE OF Eh4 Id3YEE CR REHfS NTATWE TITLE g. ^rF-T^"`i �'�'a'r'r'^U^'• a`-' ' 3 A8REE INSAaREE TCHE{ : CONTRACTNGOFFICER fC)f€C1[A a .L".,`li...r-SFFFAR22_1i9ISClURFAFF22.405-3fi7RAj/ THE HTER66TM PARTBS AG FEE AM THE CO NTR4CTING O FFICER ILMAMAE i6 APPROVAL M THE WAGE ANO FIOLE EllV15 4N. AVAKA BLE N FORM4TEA AM RBOOi4W@lDA713FIG ARE ATTACHED. TFE H7ER867E6 PARTES CANNOT AGF EE OW THE P RO POSED CL.AsSaFiCATEN AND WA1E RATE. A CETEWINATON O F THE Cl UESTON 6Y THE WAGE AND HUM EffWr!W M IMtEFCFJE Yur7 ccTED. AVAILA 13LE N FORLIA I N AM RECKWU39 ATIONS ARE ATTACHED. �i r,;wee & LEA—*."Lmw *DMiATUE OF OOMCR ITT:_• ._ _ _ _s_.. _ TITLE A IT73EI413 NE DATE AIEMITED HM hM 3S*0.41-2E9-48SI dEPA.RTMEHTOF LABOR $TANdA Rd FO RPA 1444 IFFv. I3541 M.eb.0 adim i Loa& ProkAt d tr!GSA FAR Ia 2FI4 S izu In Page 37 of 37 STATE OF TEXAS COUNTY OF I ck ML,,, t SITE CERTIFICATE Before me, the undersigned notary, on this day personally appeared Pe,r f'-14 t),, G", v e_ , a person whose identity is known to me or who has presented to me a satisfactory proof of identity, After I administered an oath, this person sworetothe following: to (1) My name is k L a L vd 0 I am over 18 years of age and I am of sound mind, and capable of swearing to the facts contained in this Site Certificate. The facts stated in this certificate are within my personal knowledge and are true and correct. (2) I am an authorized representative of an entity that has filed an application for financial assistance with the Texas Water Development Board for a (water) (wastewater) project. I certify that: Please complete only those sections that apply to your project; LEGAL CERTIFICATION — LEASEICONTRACT (Legal Name of Applicant, i.e., City, District, etc.) has executed a written lease or other contractual agreement to use the property needed for this (water)(wastewater) project that extends through (date), the life of the Texas Water Development Board loan or grant that will he used to finance this project, either in whole or in part. A copy of this lease or agreement is attached hereto. I certify that: LEGAL CERTIFICATION — PROPERTY EASEMENT (Legal Name of Applicant, i.e., City, District, etc.) has executed an express easement to use the property needed for this (water) (wastewater) project that extends through the life of the Texas Water Development Board loan or grant that will be used to finance this project, either in whole or in part. The express easement to use the property needed for this (water) (wastewater) project extends through (date). A copy of the express easement agreement is attached hereto. ED-101 Rev 911 G LEGAL CERTIFICATION — OWNERSHIP INTEREST I certify that Ricky Salazar, Property Manaqement Department for City of Fort Worth (Legal Name of Applicant, e.g. City, District, etc.) (F)Option A: has acquired the necessary real property interest, as evidenced by fee simple purchase, deed, fully executed earnest money contracts, or completion of eminent domain proceedings; that such acquisition will guarantee access and egress; and such interest will contain the necessary easements, rights of way, or unrestricted use as is required for the project being financed by the Texas Water Development Board. The legal description is referenced below. iDDption B: is in the process of acquiring the necessary real property interest, as evidenced by earnest money contracts, contracts for sale, firm option agreements to purchase the subject property, or the initiation of eminent domain procedures; that such acquisition will guarantee access and egress; and such interest will contain the necessary easements, rights of way, or unrestricted use as is required for the project being financed by the Texas Water Development Board. The legal description is referenced below. The anticipated date of acquisition is: The property has been/will be acquired with the use of eminent domain: True ( False Location and Description of Property Interests acquired for Project: Block I and 2 of the Village Creek Plant Addition Any deeds or other instruments required to be recorded to protect the title(s) held by the City of Fort Worth (Legal Name of Applicant) have been recorded or filed for the record in the County deed records or other required location. The following documents are attached hereto: Description of documents that were used or will be used to acquire the property: Village Creek Plant Addition, Block 1 & 2 Plat, Village Creek Survey ED-101 Rev 9/16 EXEcurE22 January ll this day of , 20 24 Ricky Salazar '-� (Signature) (Print Name) Assistant Director, Property Management, COFU (Title) r dl. Sworn to and subscribed before me by in T)CL{_ ft t `L' on this day of 20L�It (Notary Public in and for the State of Texas) DEREK AUSTIN DeGUIRE Notary Pubflo- tste of Texan + * Tarrant County Q*t�}� ID #13422322-2 Notary on Exp. FEE. 28, 20 T [SEAL] ED-101 Rev 9/16 PROPERTY DESCRIPTION a�amsn°aa s�'4�°n�°s�ec�ivew'�fa`i3� �s�u hs°s1�� a},�a It°r no T., CowN. T2eua9 aa°avYdb 1n8BloCkalkV°1i11age�Cru'\k Plv`fi1A n2av' (B( °cl 'k2 Vdlageqgak Plant AaddHi 11,-a`addl: ,,Ta`rra3nicm3mPagiix:s ee folU.— T) mdbem86-213 PageculerlkdeRscn'� tifTamvl d��,� �m .8-213 Y Y mele.a BEGTNNINGma l mch wvrod fowlM the most eartmlY mu,M1ast Addof said Block 1, also bem he west1, ofLm2of—Childress lt`ov, av Mdrtlw b TX lI.. Texas oldedmCzblvn A, 11, 1210, Plat Records ofTavant Couvty, Texas (li R T C T), evil helvg,he n heaz,comerofWeremmndnor,hal a.2 nam ofhlM desertedaz Ule "G�—, t A"md21111EuIDM VVPartaCrs, LP mrcmrdcdm ns men Number D210255]18,DR'ICT, THENCE nh 89 degreesJl'5 mZ. oP8983ifeei [hesnovlgeazi m�meklof,M1v[ pmsing m a fiats deunbed as "Greemnan T.m A"m deed m s Pzn1iers, L P az recordM m smd Ivsevmem Number D2;0255]I°D R'TC T along the wuth hoe d' Block Lpa581nga ad_' ofl2'191'1 fat Id 5%�ivch Irov rod fouvd a, We vorWwea, comer of said Cueenman 1'mc, B. fo vdbe1r18 nand anlP>ie comer�n M1e solfilh'alY Illaiefof ea d Block f 1M1enG then noMerly Ime ofke remvndtt osmd Greemaai Tract A, THENCE Somh 45 de s 42 .mutes U4 seconds Wertcoanaumg along the therly 11ne ofsmd B�rck 1 and Me noMerly hne ofsmd Ganamn T. A e d�rtaviceof2]998 fee[ma5/B mcM1 von and vn0a U. Imec ca s ed "CPffiY"se[Lor an le cmverm[he souWerl Lve of sal�Blockl evil We noMerly Ime ofsatl(:rce A Trat A, also tieing the mastnmOrerly aorWesal om ILoI -A,Smn AOmvon T a admon to Tarrant Cowty, Texas,az recorded Iv Cabinet A, Slide 3509, P d T C T, THENCE t Smak 89m sdBau teLof 35 , u1miwn. mnvry1@e7 d b oVm111aomqWaceaohlnsvo tohbnoeerinCvMregvaf[JiM1okete lnoi"dolNAdrtmkvicleadthttol,mMet Blinofgatdw]5in .898nnal/8 ot .LHemAd Vnof.tc.fM1d Wemaz,eM1n [e az rwofdW Iv Volxme 80fi9, Page 1418, D�L.T.CT, and cmluvxing m all, a brat dla.vice of 1,0]fi 90 ket to a 5/8 mch von rod with s yellow plastic ne P stamped •'CP&f-t at as eagle coma o[eald Black 1, also being ortwesl coma of earl Village on Ne Creek loin, Vrnmre tmet, w harlyM1naof-B� ksl,zd'srm°t`Tice)P]5.25ReWitoeS/B�noh,rool:onk` SH aI, and tieing ov toe eazt Lue oftM1az esataiuktraet o[lavu �nve aef�a,a Llnka at Warerohase, LLC, az rewrded m Immmlevl Nmnbn D199Y2133o4, DRTCT, THENCE NorIM1 d u36m—s 38 sccmlds Wes aloe Weeomm0n LLCrly line of Ted Bn ,sad Ne egs,ttly I_ of said Linke at Walttchea, .. a dla.nae of 19149 feel, b 5/8 imh capped iron rod w„h a yellow plasm rep camped "CP&Y"set, THENCEN.M l3 degrees 4]mmmes 58 seonds Wert covnvmng moo said ytiov hoe, a dnrame of 109 70 keh m Sl8 mch cappes� uov and xt vntg a wpksec cap stampM'—y"; TIIENCEH..h 1degreee 04 mmuee 12 azconda Ertl, covlivving awt said °allow n� ine, a diatmceo((14413 lO SIB mch capped uoa and ul ln a y pas,. cap s.inpM' THENCE North 00 degrees 28 mmmesto11 asnorts Wert, covnamng slang said c on Lne,adls.nceof 83061 fatl/21ncM1 mopped lino and s.mpM "LandesffiAs.clmes"folmd; THENCE North 11 degrees 58 mm-10 seconds West, comlvamg elan. sad Efon Imq a distance of 13] ]8 fat m a In imh capped iron rod Tamped endtt & Assomaks" found, LH4E11alloaCn E—Ed4dec'; deLea7ere92'l�Wpd sfB1� NA—t.,t,adocaewmuan.in THENCENorth28de es35.mures50--'We elan said m wvhnum Sre E[on hne aammne of lz6al r«tmaln inch ca Ime roae.mg andes & Aewclmes' found; pPea °`a HF.NCF. NortM1 03 degrees O6..mes 44 memlas West coalivvla. along said Nominee line, a dls.noe of 83.11 feet; TH North 42 degrees 5] minutes 16 second; Easts<onn°vmg along said oou Lne,adlsrmlce of 8]1]kntoe he Tnmry RrwraM being the sooMemtmly line oftho celrmo muLofland cwv ed Wat Pork Bmven,LP,azrttav6oMal lv lmnmwt Nlwber D2o024`�443DRTCT, 88 he... vawe°8aslml ly Lue ofkeamid Block 1, We lraskkertlYY Lve ofhsald West POM PLP,avd wlk themeavaersof said Trinity Rivtt, the follovna. tw.ly (20)wllc S— 68 degrees 36.mutes 36 seconds Eart a dls.nce of 160 91 kn; 2 Swrh 89 degrees 20..tires 33 secoMs Eart; a dlsrmce of 14.1. kn; 3 NOM44degrees39.mares 2]sawds Easl,adls.vice of 1650p kel; 4 NOM 30 degrees 54 mmues 2]secmlds EaeLadis.vice of 105011 feel; s NOM 12 degrees39 mmvks 2]secovds EasLa dm.me of I6500 feel; 6 NOM 02 degrecs09 .motes 2]azconds EasLa dl@mvice of 1385o fain; ] NoM lodegrees OS mmmes 13 seconds Wert,adlsmvice of 80 UO fa,, B o M1O]degrees 39 mmmes 2]ucnnds Eart,adirtance of 13000 fee; 9 , NoM 21 degrees 24.motes 27 seconds East a dlnace of �U9.W ten. green a mmures to secovas east, a vismvice m lta w reel; 1 NOM 42 degrees 24 m1nmes 2]seconds Easl,a dlsmvice of 13500 feel; 18 N°MO)degreec OS mid9ks 33 ua°conds Waeci edls�mn`ce of68 Uffai, 19 o—degrees 20minu1es 33 saonda Wert,e dis.n<e of 11500 fen, 0 NoM 04 degrees 35mares 33 seconds Wert,a dls.nceof Ullfen We nortwxitnly comer ofsald Block 1, being wNe souWerl Ime of[he resmd Block2 andbongthego ,comer of emd West Foik Pmmns, LP. THENCE Sov088 degrees 44 vuvVe 54 eaovds West deoan [hc e ders ofsald Tnnity RlYtt el Ina cum—tttherlY line oiseid Blak tand aa......Y hneof said l('e.2'Parmem,me,adisance ofI884B] tb a SR lwbimv kmid at ,M1e wmhwes, comer ofsmd Block 2, else being m, ell wmm on,M1e emerly Ime ofsmd We, Fmk Panels, LP tract, THENCE NOM 0l degrees l4 mmmes U6,y ids We Ion Wewmmon wee rly Ime of said Black 2 sod an eaa,nly hoe ofsmd Wes Fork PUamns, LP n°°tpcd'gCP&Na12rllllauomeron,heweeo,k�ndd�vl".W"fsaid BLockl2, eleop bung an ell coma ov,he easterly line of said Wes(FOrk Parmem LP tract THENCE S-h 89 &rt, 35... 19 Hof tNlndTdlkeamnnm, UP 11.ff `sac gzl9iell"comermme`wes`a°leld`yl�euf Bald Block i, also gem. an ell wm—HE ¢.tarty Ime ofsmd West Fork Pmmere, LP o-azh eaiclecdycapiecloamfpvedd a"CPVs'sn LneaWkzea— oettk lti,a®eof$1699kb5t-l—lbay a, d1e most westerly noMwertwr. Block2 also being We mvMwes, comes of a celtmn,ma ofland d dadto LIEN 2 Inc, ATexas Coryomvoq as recoMed in Imm Number D001214k000. D R T C T. THENCE Ninth 83 de es 04 minus 42 saoade Et.,deparlwg av eestuly hn fsa'GW Frkov LPT 1 herly1— of 'd elwk z sou m<apawedy Lne of.a`dBaei.�P°Ea nee°aa ala.nw 4J8.3] fat b a 5/61vcM1 lino and—h a yellow plamc cap stamped "CPffiY" THENCE Nort Oo degrees 41 minnres 4] seconds Eas4 wnhnuingalong ea d commou Ilve, a dls.nceof 13] 62 fin[ ro a 5/8 mch Irov rod axm a yellow plamc cap stamped 'C—" se4 se d Commok IIhe a d�9�imleco of 10440 fete[ W e /5 SEi1°icA I onllmdmmO1.. a g allowlame w rt m ed "CPA'' P p a p THENCE NoM 0l degrees 06 mmnrea 38 sawds West, wohnum to Bald common hoe. a distance of 98 00 feel to a 5/81nch vov rod wl s v°eBow plI,,,, IIttrsamm¢llp�I II'lw'rmrh of mel�ryaseertew trttau°o[LlaoBBEN 11ad lv Ot'Lotj LCf•D212262210.D RTCIT. C°mpavY' 1ecoMMm CE Novh 89 de 41-117 worts aloB n e oMm1Y Lce mama ek2art 0e southely Ime ofEart, smd oma enact, z° dl�m�ce of2W 00 Len to a Sl8 mch m1roa rod rnN a yellow plaznc cap s d'CP&Y"se[ THENCE South 00 degrees 53 mlmtes 31 secmlde Easl, aovllvvmmRg eelonNN s441d 9ommov hoe, a distance of40 00 feel b a 5/8 mch Irov rod w,m ayell0w Plastic asp s..pM "CPffi V' sin; THENCE lcowCE Sh8Jlelmiw of.2383.63 feel to a Sl8 m,cM1 linonvra, ywalllohneg moIsIdmd lame wp Tamped "CPffiY"seS al an ell wmmon,he westerly Lne ofsmd Block 2, ale° beAmg,he mmheazt comer Bald Bbars mu, THOENYB m°of d Block 25ariG llletema4urlYledofsand Bb— ep er°O° dis.vice of 35] fi9lcel b a 5/8 wch hoe roe wile a yellow plastic cap skmpe 117,I"se4 yellow plastic wp damped "CPffiV'se4 M4'aN Lne adv�teoce of42306 fin[[w a5% 2 ImvrodlangWI19 allow Plazhc cap mampcd'•CP&Y"set m m ell wine,-B mcweskrly Ime of id Block 2, also beg Ne northeasterly coma of sold Bbers wcl art the so.M1emFcomtt of ,LaOceamn tract of lead conveyed b Tmmnl Acqulmnons, LT. M PmmersM1lp ecolded m Instruma, Number D5't68552,OAT.0 T, THE CE North W de a 0]..ures 42 sawds West, alon We wmmon e edy line o[.wd BTock2, also be pWe eastMYYhm afsalil Tamar warisullglcamvtt ham'[, d,smvice of493 ]0 feet to a In loch van red found g-Immamegcovcnughoer0aampBPpeaavd,sweffin,Yhe"rsf0M19n°iBsnofn"aon° dn111d "eo4.ff=a5/ CPlyn aepmRwgrthwa.WmyLanledoBTrcrIk famlOm,<efelnladw Davu Road, eeAA M1_y INne of card tllock 2 enddhe eoaNemCrly bile of sAald TBammel Davk3 Road, a dismme of 3�56246 fat to a l/B itch Irov rod with ayellow t'- iM1e camped "CP@t'setEt of Wedllino !Greenbelt RBald, k 2, end ceiag on apparent—ly R.R Y THEHY ELaBe ofeadBlo`k3°aso bbws Wewes°te Ir Ime f ,agt —obeli Roodadmml,re of 89981 feet b a 5/o mch Iron roe w101a allow lazec ca A— d "CP -thk 'set of an ell comer on the easrerl live of scald Block 2 also bemgptM1e ov the westrly hne afeald Crteevbelt Road, ' THENCE N-Ut ride es 39mmutes 26 seconds East wvlivv alon sad common hne, e d si�`.nce of20] 62 fat m a 5/8 —E Imo rod _tE a g yellow plamc cap rtemped "CPffiYP aeI THENCE Somh 0LAM. s 13.raares I ys snoods cart, warms along saI coamlov Ime,ce o[148]2]knrea Sl8 mch Irov ru°�wa01a ellow Plamc mop camped "CP&i"'seL THENCE South 00 degrees 50 mmvks 04 scewds East cov,mvmg along said commou live, a dlsmnce of 1019.4E fat m a 5/8 inch Irov rod wIN a yellow plesoo nap rtemped "CP&�"' eaS soNCE Somh 01 degrees 24 .motes 19 saollds Easq comma. along ld covunav Bowe Asrmice o[ 1380.6E kn,o a 5/B Inch Ime ro�wl,h e wy Ilow plame mop camped "CPffiV'sn at,he beww slag ofa curve,o tM1e IeN hoa¢ cenkrbea. NoM 88 degrees 38 mmures 41 sxoMs East, a dls.nce THENCE in a sovheas,My al—tt,slmIg a8ammon line evd wlN ems e rMtus of 215 DOM1fce,�a chord bear°i�vvgggle tSootah Is aeg41°-441 m,2,mc�a 33 as pecoads East, a eM1ord dlrtewe of I I I.tl6 fen, e, ea arc dls,mce of 25.2E es�mg,ne sou,M1-ykl,-ofsald Rlgck 2, elm Bela tie"Merly Loa'.! forememloned Block 1. a,o.l arc dls.nce 113 O6Pi'en b a 5/8 mch von rM .Meaalerly Lu foal Block lleod We wdlerlaYslwesofsvU Ga'rxobell Road, a dismme of 14 ]0 fat b a PK N.)!omit, s iNCE Bou1111 degrees 2]min20 worts-1 wmmum alon pld mes common line, a distance of9 52 fen b e 5/8 mch von mdwl,oa yeldow uvc wP stamped "CPffi V' sn; e1Hid�cmmmouallne Ba ATieow°of4485-t.. atomiroo°fon w°Ymaa°Ynnl°w PimnpeaP Tlampcd "cPffiV• an m me wbmttly has 0fama GrewbehgoaU, THENCE NoM 89 deBBrree s2] .motes 20 saoade Eesl slang the aoMaly hneafsvld Blmkl anathe southerly line of sold GreenbeltPL d'd, a�dia.na of42400 feel 1oa5/8 mch von rod wi,M1e Ilow Imm ca •,Cm of Lotl,�ChilAesstSol°f°i[h Adelman,, an a ddlnoEOil'Tarlkant C°, v, Texas. as recordeel In Cabinet A.SIIde1210.PR.TCT. THENCE 9oulM1 00 dap s OS mm�Yoks 26 seconds Wes4 alonN M1e easterly disWrisue of2,29120 feet to the PUINT OFaBEG NANO evd—ittighO:' 66249 acre (2§,858,226 square fw,) of IBM. j ^ i sir ,oxaa� I zQ BAS 83, BA0 om mae'.uTO'Ya a I,asb REa O, , TT -Ta 13I,2 I x I 1- -T. UA.a.c.s. MATCH LINE SUR`If-°16 row - n �P _T.CT. CITY OF FORT WORTH �y I SVR'I T Le F i6 P I1. r - DINT or 1.II.xT NmI NT Twxrr. ,FIAT 5 y i SJR�6g5 o xoxuumr w EPZ �O. I'• N N��pG S 011 Oc -IN°qu a m°uuie"a oTm 0 -Spa INa1 I� rloo ssr MTN PtAsnc uP —"`--_--'-------------"'"_'___ GENERAL NOTES. ,GREENBELT .........................I R 1.BEAhmcT nIE BnsEN ox L Neocene xo6lx oBruxm Br �1+� ROAD sEe � - — aEr.a o� c121. m xma R wlxomiMPlowamrs vuE nm Al rNE IE—T or —.or To oNBm 02t � ,4i o'�W 10a a. c D ax BR'2 ZA'E f,I.r,T,T. I�liwHi and moat amaemeo ,u� 05I� i „at i �I 2 r. a .r. r` 5 �^'° e- xB9rIrT5 Nx/3e �NI /� IR 5�I Ile] Zrlm e]e.sa 0 w N 6 O sax IN ,a _/tea r o f w �.+ J Ix "Ts pw N.I.r cr. Q c a y z Wee ZP�- P\YJ�ONti ¢�:fie a r.I.r.c.r.oses.NW GREEN OAKS BLVD DOE PeStF U ' SV� 9 j0� POSj�P JR P S APR �O St PA P BOUNDRY SURVEY smuo INTHE M. BUADSRAW SURVEY- ABSTMCT NUMBER 1S6 S. DAVIS SURVEY - ABSTRACT NUMBER 416 A RRMENOARIS SURVEY- ABSTRACT NUMBER 57 JOHN CHILDRE55 SURVEY - ABSTRACT NUMBER 249 JOEL L. HALLUM SURVEY - ABSTRACT NUMBER 723 TARRANT COUNTY, TEXAS CP 115 WEST 7th STREET, SUITE 1500 Fort Worth, TBXB6.102 (817) 354-0189 TEXAS REGISTERED ENGINEERING FIRM F-1741 TBPLS 101943D5 SHEET OF y tl ,,,.s �\xssoo:oo�sEs so TRAMMEL DAMS ROAD nwx i i sa6sr,Bw z,B..BC RN RRRTxERS, ru a_T. aad .a SJ�-y6 .g J\5 5�0 h10 34 eg`� LPG �O. n PgS RP�� P g — — — — MATCH llNE LEGFN p-spa wa%r oo sn �Tx Pusnc aP GENERAL NOTES. IT-111 —IN III 96oi7,a ,Exits REgsmnnCx xo 6484 i?IAM� � CATS 5uN BOUNDRY SURVEY SHOUTED IN THE W. BRANSHAW SURVEY- ABSTRACT NUMBER 136 S. DAVIS SURVEY - ABSTRACT NUMBER 416 A ARMENOARIN SURVEY -ABSTRACT NUMBER 57 JOHN CHILDRESS SURVEY -ABSTRACT NUMBER 149 JOEL L. HALLUM SURVEY- ABSTRACT NUMBER 783 TARMANT COUNTY, TEXAS c NJ 115 WEST 7th STREET, SUITE 1500 Fort Worth, Texas 76102 (817) 354-0189 TEXAS REGISTERED ENGINEERING FIRM F-1141 TMVLS 10194305 SHEET 2 OF PROPERTY DESCRIPTION a�amsn°aa s�'4�°n�°s�ec�ivew'�fa`i3� �s�u hs°s1�� a},�a It°r no T., CowN. T2eua9 aa°avYdb 1n8BloCkalkV°1i11age�Cru'\k Plv`fi1A n2av' (B( °cl 'k2 Vdlageqgak Plant AaddHi 11,-a`addl: ,,Ta`rra3nicm3mPagiix:s ee folU.— T) mdbem86-213 PageculerlkdeRscn'� tifTamvl d��,� �m .8-213 Y Y mele.a BEGTNNINGma l mch wvrod fowlM the most eartmlY mu,M1ast Addof said Block 1, also bem he west1, ofLm2of—Childress lt`ov, av Mdrtlw b TX lI.. Texas oldedmCzblvn A, 11, 1210, Plat Records ofTavant Couvty, Texas (li R T C T), evil helvg,he n heaz,comerofWeremmndnor,hal a.2 nam ofhlM desertedaz Ule "G�—, t A"md21111EuIDM VVPartaCrs, LP mrcmrdcdm ns men Number D210255]18,DR'ICT, THENCE nh 89 degreesJl'5 mZ. oP8983ifeei [hesnovlgeazi m�meklof,M1v[ pmsing m a fiats deunbed as "Greemnan T.m A"m deed m s Pzn1iers, L P az recordM m smd Ivsevmem Number D2;0255]I°D R'TC T along the wuth hoe d' Block Lpa581nga ad_' ofl2'191'1 fat Id 5%�ivch Irov rod fouvd a, We vorWwea, comer of said Cueenman 1'mc, B. fo vdbe1r18 nand anlP>ie comer�n M1e solfilh'alY Illaiefof ea d Block f 1M1enG then noMerly Ime ofke remvndtt osmd Greemaai Tract A, THENCE Somh 45 de s 42 .mutes U4 seconds Wertcoanaumg along the therly 11ne ofsmd B�rck 1 and Me noMerly hne ofsmd Ganamn T. A e d�rtaviceof2]998 fee[ma5/B mcM1 von and vn0a U. Imec ca s ed "CPffiY"se[Lor an le cmverm[he souWerl Lve of sal�Blockl evil We noMerly Ime ofsatl(:rce A Trat A, also tieing the mastnmOrerly aorWesal om ILoI -A,Smn AOmvon T a admon to Tarrant Cowty, Texas,az recorded Iv Cabinet A, Slide 3509, P d T C T, THENCE t Smak 89m sdBau teLof 35 , u1miwn. mnvry1@e7 d b oVm111aomqWaceaohlnsvo tohbnoeerinCvMregvaf[JiM1okete lnoi"dolNAdrtmkvicleadthttol,mMet Blinofgatdw]5in .898nnal/8 ot .LHemAd Vnof.tc.fM1d Wemaz,eM1n [e az rwofdW Iv Volxme 80fi9, Page 1418, D�L.T.CT, and cmluvxing m all, a brat dla.vice of 1,0]fi 90 ket to a 5/8 mch von rod with s yellow plastic ne P stamped •'CP&f-t at as eagle coma o[eald Black 1, also being ortwesl coma of earl Village on Ne Creek loin, Vrnmre tmet, w harlyM1naof-B� ksl,zd'srm°t`Tice)P]5.25ReWitoeS/B�noh,rool:onk` SH aI, and tieing ov toe eazt Lue oftM1az esataiuktraet o[lavu �nve aef�a,a Llnka at Warerohase, LLC, az rewrded m Immmlevl Nmnbn D199Y2133o4, DRTCT, THENCE NorIM1 d u36m—s 38 sccmlds Wes aloe Weeomm0n LLCrly line of Ted Bn ,sad Ne egs,ttly I_ of said Linke at Walttchea, .. a dla.nae of 19149 feel, b 5/8 imh capped iron rod w„h a yellow plasm rep camped "CP&Y"set, THENCEN.M l3 degrees 4]mmmes 58 seonds Wert covnvmng moo said ytiov hoe, a dnrame of 109 70 keh m Sl8 mch cappes� uov and xt vntg a wpksec cap stampM'—y"; TIIENCEH..h 1degreee 04 mmuee 12 azconda Ertl, covlivving awt said °allow n� ine, a diatmceo((14413 lO SIB mch capped uoa and ul ln a y pas,. cap s.inpM' THENCE North 00 degrees 28 mmmesto11 asnorts Wert, covnamng slang said c on Lne,adls.nceof 83061 fatl/21ncM1 mopped lino and s.mpM "LandesffiAs.clmes"folmd; THENCE North 11 degrees 58 mm-10 seconds West, comlvamg elan. sad Efon Imq a distance of 13] ]8 fat m a In imh capped iron rod Tamped endtt & Assomaks" found, LH4E11alloaCn E—Ed4dec'; deLea7ere92'l�Wpd sfB1� NA—t.,t,adocaettmuan.in THENCENorth28de es35.mures50--'We elan said m wvhnum Sre E[on hne aammne of lz6al r«tmaln inch ca Ime roae.mg andes & Aewclmes' found; pPea °`a HF.NCF. NortM1 03 degrees O6..mes 44 memlas West coalivvla. along said Nominee line, a dls.noe of 83.11 feet; TH North 42 degrees 5] minutes 16 second; Easts<onn°vmg along said oou Lne,adlsrmlce of 8]1]kntoe he Tnmry RrwraM being the sooMemtmly line oftho celrmo muLofland cwv ed Wat Pork Bmven,LP,azrttav6oMal lv lmnmwt Nlwber D2o024`�443DRTCT, 88 he... vawe°8aslml ly Lue ofkeamid Block 1, We lraskkertlYY Lve ofhsald West POM PLP,avd wlk themeavaersof said Trinity Rivtt, the follovna. tw.ly (20)wllc S— 68 degrees 36.mutes 36 seconds Eart a dls.nce of 160 91 kn; 2 Swrh 89 degrees 20..tires 33 secoMs Eart; a dlsrmce of 14.1. kn; 3 NOM44degrees39.mares 2]sawds Easl,adls.vice of 1650p kel; 4 NOM 30 degrees 54 mmues 2]secmlds EaeLadis.vice of 105011 feel; s NOM 12 degrees39 mmvks 2]secovds EasLa dm.me of I6500 feel; 6 NOM 02 degrecs09 .motes 2]azconds EasLa dl@mvice of 1385o fain; ] NoM lodegrees OS mmmes 13 seconds Wert,adlsmvice of 80 UO fa,, B o M1O]degrees 39 mmmes 2]ucnnds Eart,adirtance of 13000 fee; 9 , NoM 21 degrees 24.motes 27 seconds East a dlnace of �U9.W ten. green a mmures to secovas east, a vismvice m lta w reel; 1 NOM 42 degrees 24 m1nmes 2]seconds Easl,a dlsmvice of 13500 feel; 18 N°MO)degreec OS mid9ks 33 ua°conds Waeci edls�mn`ce of68 Uffai, 19 o—degrees 20minu1es 33 saonda Wert,e dis.n<e of 11500 fen, 0 NoM 04 degrees 35mares 33 seconds Wert,a dls.nceof Ullfen We nmrhwxitnly comer ofsald Block 1, being wNe souWerl Ime of[he resmd Block2 andbongthego ,comer of emd West Foik Pmmns, LP. THENCE Sov088 degrees 44 vuvVe 54 eaovds West deoan [hc e ders ofsald Tnnity RlYtt el Ina cum—tttherlY line oiseid Blak tand aa......Y hneof said l('e.2'Parmem,me,adisance ofI884B] tb a SR lwbimv kmid at ,M1e wmhwes, comer ofsmd Block 2, else being m, ell wmm on,M1e emerly Ime ofsmd We, Fmk Panels, LP tract, THENCE NOM 0l degrees l4 mmmes U6,y ids We Ion Wewmmon wee rly Ime of said Black 2 sod an eaa,nly hoe ofsmd Wes Fork PUamns, LP n°°tpcd'gCP&Na12rllllauomeron,heweeo,k�ndd�vl".W"fsaid BLockl2, eleop bung an ell coma ov,he easterly line of said Wes(FOrk Parmem LP tract THENCE S-h 89 &rt, 35... 19 Hof tNlndTdlkeam°em, UP 11.ff `sac gzl9iell"comermme`wes`a°leld`yl�euf Bald Block i, also gem. an ell wm—HE ¢.tarty Ime ofsmd West Fork Pmmere, LP o-azh eaiclecdycapiecloamfpvedd a"CPVs'sn LneaWkzea— oettk lti,a®eof$1699kb5t-l—lbay a, d1e most westerly noMwertwr. Block2 also being We mvMwes, comes of a celtmn,ma ofland d dadto LIEN 2 Inc, ATexas Coryomvoq as recoMed in Imm Number D001214k000. D R T C T. THENCE Ninth 83 de es 04 minus 42 saoade Et.,deparlwg av eestuly hn fsa'GW Frkov LPT 1 herly1— of 'd elwk z sou m<apawedy Lne of.a`dBaei.�P°Ea aa ala.nw 4J8.3] fat b a 5/61vcM1 lino and—h a yellow plamc cap stamped "CPffiY" THENCE Nort Oo degrees 41 minnres 4] seconds Eas4 wnhnuingalong ea d commou Ilve, a dls.nceof 13] 62 fin[ ro a 5/8 mch Irov rod axm a yellow plamc cap stamped 'C—" se4 se d Commok IIhe a d�9�imleco of 10440 fete[ W e /5 SEi1°icA I onllmdmmO1.. a g allowlame w rt m ed "CPA'' P p a p THENCE NoM 0l degrees 06 mmnrea 38 sawds West, wohnum to Bald common hoe. a distance of 98 00 feel to a 5/81nch vov rod wl s v°eBow plI,,,, IIttrsamm¢llp�I II'lw'rmrh of mel�ryaseertew trttau°o[LlaoBBEN 11ad lv Ot'Lotj LCf•D212262210.D RTCIT. C°mpavY' 1ecoMMm CE Novh 89 de 41-117 worts aloB n e oMm1Y Lce mama ek2art 0e southely Ime ofEart, smd oma enact, z° dl�m�ce of2W 00 Len to a Sl8 mch m1roa rod rnN a yellow plaznc cap s d'CP&Y"se[ THENCE South 00 degrees 53 mlmtes 31 secmlde Easl, aovllvvmmRg eelonNN s441d 9ommov hoe, a distance of40 00 feel b a 5/8 mch Irov rod w,m ayell0w Plastic asp s..pM "CPffi V' sin; THENCE lcowCE Sh8Jlelmiw of.2383.63 feel to a Sl8 m,cM1 linonvra, ywalllohneg moIsIdmd lame wp Tamped "CPffiY"seS al an ell wmmon,he westerly Lne ofsmd Block 2, ale° beAmg,he mmheazt comer Bald Bbars mu, THOENYB m°of d Block 25ariG llletema4urlYledofsand Bb— ep er°O° dis.vice of 35] fi9lcel b a 5/8 wch hoe roe wile a yellow plastic cap skmpe 117,I"se4 yellow plastic wp damped "CPffiV'se4 M4'aN Lne adv�teoce of42306 fin[[w a5% 2 ImvrodlangWI19 allow Plazhc cap mampcd'•CP&Y"set m m ell wine,-B mcweskrly Ime of id Block 2, also beg Ne northeasterly coma of sold Bbers wcl art the so.M1emFcomtt of ,LaOceamn tract of lead conveyed b Tmmnl Acqulmnons, LT. M PmmersM1lp ecolded m Instruma, Number D5't68552,OAT.0 T, THE CE North W de a 0]..ures 42 sawds West, alon We wmmon e edy line o[.wd BTock2, also be pWe eastMYYhm afsalil Tamar warisullglcamvtt ham'[, d,smvice of493 ]0 feet to a In loch van red found g-Immamegcovcnughoer0aampBPpeaavd,sweffin,Yhe"rsf0M19n°iBsnof�"aon° dn111d "eo4.ff=a5/ CPlyn aepmRwgrthwa.WmyLanledoBTrcrIk famlOm,<efeinladw Davu Road, eeAA M1_y INne of card tllock 2 enddhe eoaNemCrly bile of sAald TBammel Davk3 Road, a dismme of 3�56246 fat to a l/B itch Irov rod with ayellow t'- iM1e camped "CP@t'setEt of Wedllino !Greenbelt RBald, k 2, end ceiag on apparent—ly R.R Y THEHY ELaBe ofeadBlo`k3°aso bbws Wewes°te Ir Ime f ,agt —obeli Roodadmml,re of 89981 feet b a 5/o mch Iron roe w101a allow lazec ca A— d "CP -thk 'set of an ell comer on the easrerl live of scald Block 2 also bemgptM1e ov the westrly hne afeald Crteevbelt Road, ' THENCE N-Ut ride es 39mmutes 26 seconds East wvlivv alon sad common hne, e d si�`.nce of20] 62 fat m a 5/8 —E Imo rod _tE a g yellow plamc cap rtemped "CPffiYP aeI THENCE Somh 0LAM. s 13.raares I ys snoods cart, warms along saI coamlov Ime,ce o[148]2]knrea Sl8 mch Irov ru°�wa01a ellow Plamc mop camped "CP&i"'seL THENCE South 00 degrees 50 mmvks 04 scewds East cov,mvmg along said commou live, a dlsmnce of 1019.4E fat m a 5/8 inch Irov rod wIN a yellow plesoo nap rtemped "CP&�"' eaS soNCE Somh 01 degrees 24 .motes 19 saollds Easq comma. along ld covunav Bee. a Asrmice o[ 13R0.66 kn,o a 5/B Inch Ime ro�wl,h e wy Ilow plame mop camped "CPffiV'sn at,he beww slag ofa curve,o tM1e IeN hoa¢ cenkrbea. NoM 88 degrees 38 mmures 41 sxoMs East, a dls.nce THENCE in a sovheas,My al—tt,slmIg a8ammon line evd wlN ems e rMtus of 215 DOM1fce,�a chord bear°i�vvgggle tSootah Is aeg41°-441 m,2,mc�a 33 as pecoads East, a eM1ord dlrtewe of I I I.tl6 fen, e, ea arc dls,mce of 25.2E es�mg,ne sou,M1-ykl,-ofsald Rlgck 2, elm Bela tie"Merly Loa'.! forememloned Block 1. a,o.l arc dls.nce 113 O6Pi'en b a 5/8 mch von rM .Meaalerly Lu foal Block lleod We wdlerlaYslwesofsvU Ga'rxobell Road, a dismme of 14 ]0 fat b a PK N.)!omit, s iNCE Bou1111 degrees 2]min20 worts-1 wmmum alon pld mes common line, a distance of9 52 fen b e 5/8 mch von mdwl,oa yeldow uvc wP stamped "CPffi V' sn; e1Hid�cmmmouallne Ba ATieow°of4485-t.. atomiroo°fon w°Ymaa°Ynnl°w PimnpeaP Tlampcd "cPffiV• an m me wbmttly has 0fama GrewbehgoaU, THENCE NoM 89 deBBrree s2] .motes 20 saoade Eesl slang the aoMaly hneafsvld Blmkl anathe southerly line of sold GreenbeltPL d'd, a�dia.na of42400 feel 1oa5/8 mch von rod wi,M1e Ilow Imm ca •,Cm of Lotl,�ChilAesstSol°f°i[h Adelman,, an a ddlnoEOil'Tarlkant C°, v, Texas. as recordeel In Cabinet A.SIIde1210.PR.TCT. THENCE 9oulM1 00 dap s OS mm�Yoks 26 seconds Wes4 alonN M1e easterly disWrisue of2,29120 feet to the PUINT OFaBEG NANO evd—ittighO:' 66249 acre (2§,858,226 square fw,) of IBM. j ^ i sir ,oxaa� I zQ BAS 83, BA0 om mae'.uTO'Ya a I,asb REa O, , TT -Ta 13I,2 I x I 1- -T. UA.a.c.s. MATCH LINE SUR`If-°16 row - n �P _T.CT. CITY OF FORT WORTH �y I SVR'I T Le F i6 P I1. r - DINT or 1.II.xT NmI NT Twxrr. ,FIAT 5 y i SJR�6g5 o xoxuumr w EPZ �O. I'• N N��pG S 011 Oc -IN°qu a m°uuie"a oTm 0 -Spa INa1 I� rloo ssr MTN PtAsnc uP —"`--_--'-------------"'"_'___ GENERAL NOTES. ,GREENBELT .........................I R 1.BEAhmcT nIE BnsEN ox L Neocene xo6lx oBruxm Br �1+� ROAD sEe � - — aEr.a o� c121. m xma R wlxomiMPlowamrs vuE nm Al rNE IE—T or —.or To oNBm 02t � ,4i o'�W 10a a. c D ax BR'2 ZA'E f,I.r,T,T. I�liwHi and moat amaemeo ,u� 05I� i „at i �I 2 r. a .r. r` 5 �^'° e- xB9rIrT5 Nx/3e �NI /� IR 5�I Ile] Zrlm e]e.sa 0 w N 6 O sax IN ,a _/tea r o f w �.+ J Ix "Ts pw N.I.r cr. Q c a y z Wee ZP�- P\YJ�ONti ¢�:fie a r.I.r.c.r.oses.NW GREEN OAKS BLVD DOE PeStF U ' SV� 9 j0� POSj�P JR P S APR �O St PA P BOUNDRY SURVEY smuo INTHE M. BUADSRAW SURVEY- ABSTMCT NUMBER 1S6 S. DAVIS SURVEY - ABSTRACT NUMBER 416 A RRMENOARIS SURVEY- ABSTRACT NUMBER 57 JOHN CHILDRE55 SURVEY - ABSTRACT NUMBER 249 JOEL L. HALLUM SURVEY - ABSTRACT NUMBER 723 TARRANT COUNTY, TEXAS CP 115 WEST 7th STREET, SUITE 1500 Fort Worth, TBXB6.102 (817) 354-0189 TEXAS REGISTERED ENGINEERING FIRM F-1741 TBPLS 101943D5 SHEET OF y tl ,,,.s �\xssoo:oo�sEs so TRAMMEL DAMS ROAD nwx i i sa6sr,Bw z,B..BC RN RRRTxERS, ru a_T. aad .a SJ�-y6 .g J\5 5�0 h10 34 eg`� LPG �O. n PgS RP�� P g — — — — MATCH llNE LEGFN p-spa wa%r oo sn �Tx Pusnc aP GENERAL NOTES. IT-111 —IN III 96oi7,a ,Exits REgsmnnCx xo 6484 i?IAM� � CATS 5uN BOUNDRY SURVEY SHOUTED IN THE W. BRANSHAW SURVEY- ABSTRACT NUMBER 136 S. DAVIS SURVEY - ABSTRACT NUMBER 416 A ARMENOARIN SURVEY -ABSTRACT NUMBER 57 JOHN CHILDRESS SURVEY -ABSTRACT NUMBER 149 JOEL L. HALLUM SURVEY- ABSTRACT NUMBER 783 TARMANT COUNTY, TEXAS c NJ 115 WEST 7th STREET, SUITE 1500 Fort Worth, Texas 76102 (817) 354-0189 TEXAS REGISTERED ENGINEERING FIRM F-1141 TMVLS 10194305 SHEET 2 OF ED-103 Reviewed 09/26/2016 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME qualified in and for the County of , as represented by a Notary Public duly commissioned and in the State of Texas came and appeared , the Corporation's , who declares he/she is authorized to represent pursuant to provisions of a resolution adopted by said Corporation on the day of , 20 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). , as the representative of, declares that assures the Texas Water Development Board that it will construct project at , Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. GIVEN UNDER MY HAND and seal of office this day of , 20 (Notary Public in and for the State of Texas) (Print Name) [SEAL] ED-104 10/06/2016 CONTRACTOR'S ACT OF ASSURANCE RESOLUTION I hereby certify that it was RESOLVED by a quorum of the directors of the (Name of Corporation), meeting on the day of 20 , that: Authorized Representative(s): be, and hereby is/are authorized to act on behalf of (Name of Corporation), as its representative in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the Corporation this day of , 20 (Secretary) [SEAL] WRD-255 01/P BIDDER'S CERTIFICATIONS Project Name: Village Creek WRF Primary Clarifier Improvements Project Number: CPN 103295 Contract For: City of Fort worth The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: XI have developed and have on fife at each establishment affirmative action programs pursuant to 41 CFR Part 60-1.7. I have: (x) participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all notices, contract specifications, and compliance reports due under the requirements contained in 41 CFR Part 60-4. () not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 and 41 CFR Chapter 60. B. NONSEGREGATED FACILITIES X I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the equal opportunity clause as required by 41 CFR Part 60-1.S. I will obtain a similar certification from any proposed subcontractor(s), when appropriate. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Roy Ewen President Typed Name and Title of Bidder's Authorized Representative Signature ofFlder�'s Authorized Re resentative Date gP Eagle Contracting LLC PO Box 1600, Keller TX. 76244 Name and Address of Bidder TWDB-0459 Rev 01/17 VENDOR COMPLIANCE WITH RECIPROCITY ON NON- RESIDENT BIDDERS Texas Government Code Section 2252,002 provides that in order for nonresident bidders to be awarded a governmental contract, the bidder must bid projects for construction, improvements, supplies, or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid the nonresident bidder in order to obtain a comparable contract in the nonresident bidder's state. A nonresident bidder is a person, including a contractor, whose principal place of business or corporate office 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 nonresident bidders in order for your bid to meet specifications. The failure of a nonresident bidder 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. 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 office is in the state of Texas. Eavle Contracting LLC Company Keller TX 76244 City State Zip Roy Ewen By (print name) Signature President Title (print) THIS FORM MUST BE RETUIUNED WITH THE BID TWDB-0551 Rev. 6/24 TEXAS WATER DEVELOPMENT BOARD Texas Water Development Board Supplemental Construction Contract Conditions For Non -Equivalency Projects under the Clean Water State Revolving Fund and Drinking Water State Revolving Fund Programs TWDB-0551 Rev. 6/24 Table of Contents I. INSTRUCTIONS TO APPLICANT............................................................................................................. 4 1. Applicability................................................................................................................................................4 2. Use of Conditions...................................................................................................................................... 4 3. Modifications to Provisions...................................................................................................................... 4 4. Good Business Practices......................................................................................................................... 5 5. Other Requirements................................................................................................................................. 5 6. Advertisements for Bids.......................................................................................................................... 6 7. Bid Proposal.............................................................................................................................................. 7 8. Bidding Process........................................................................................................................................ 7 9. Release of Funds..................................................................................................................................... 8 it. INSTRUCTIONS TO BIDDERS................................................................................................................ 10 1. Contingent Award of Contract............................................................................................................... 10 2. Davis -Bacon Wage Rate Requirements............................................................................................. 10 3. American Iron and Steel Requirements............................................................................................... 11 4. Equal Employment Opportunity and Affirmative Action................................................................... 11 5. Bid Guarantee......................................................................................................................................... 11 6. Award of Contract to Nonresident Bidder........................................................................................... 11 7. Summary of Forms to be submitted with the Bid Documents: ........................................................ 12 III. SUPPLEMENTAL CONTRACT CONDITIONS...................................................................................... 13 1. Supersession.......................................................................................................................................... 13 2. Privity of Contract................................................................................................................................... 13 3. Definitions................................................................................................................................................13 4. Laws to be Observed............................................................................................................................. 13 5. Review by Owner and TWDB............................................................................................................... 13 6. Performance and Payment Bonds....................................................................................................... 14 7. Payment Schedule and Cost Breakdown........................................................................................... 14 8. Workman's Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code§ 406.096)..................................................................................................................................... 14 9. American Iron and Steel........................................................................................................................ 15 10. Davis -Bacon Wage Rate Requirements............................................................................................. 16 a. Compliance Procedures................................................................................................................ 16 Page 2 of 66 TWDB-0551 Rev. 6/24 b. Subcontracts................................................................................................................................... 18 C. Davis -Bacon General Wage Determinations............................................................................. 19 Option 1 — Applies to Governmental Entities (such as Cities and Districts) ....................................... 20 Option 2 — Applies to Non -Governmental Entities (such as Water Supply Corporations and PrivateCompanies)....................................................................................................................... 39 11. Payments.................................................................................................................................................56 12. Equal Employment Opportunity and Affirmative Action..................................................................... 58 13. Archeological Discoveries and Cultural Resources.......................................................................... 60 14. Threatened and Endangered Species................................................................................................ 61 15. Hazardous Materials.............................................................................................................................. 61 16. Changes.................................................................................................................................................. 62 17. Operation and Maintenance Manuals and Training.......................................................................... 63 18. As -Built Dimensions and Record Drawings....................................................................................... 64 19. Close -Out Procedures........................................................................................................................... 64 20. Additional Forms and Guidance: ......................................................................................................... 65 Forms: .......................................................................................................................................................... 65 GuidanceDocuments: ............................................................................................................................... 66 Page 3 of 66 TWDB-0551 Rev. 6/24 I. INSTRUCTIONS TO APPLICANT 1. Applicability These Supplemental Conditions contain provisions that are worded to comply with certain statutes and regulations which specifically relate to Clean Water State Revolving Fund (CWSRF) Non -Equivalency Program and Drinking Water State Revolving Fund (DWSRF) Non -Equivalency Program projects. Provisions that are applicable to the project's dollar value of the contract are so noted within these provisions. Construction projects which are considered Equivalency projects do not use these conditions but instead use Texas Water Development Board (TWDB) Supplemental Conditions TWDB-0550. Projects with State Loan funding use Supplemental Conditions TWDB-0552. 2. Use of Conditions The conditions and forms listed under Section I/: Instructions to Bidders are to be included in the instructions to bidders for construction services. The provisions listed under Section Ill. Construction Contract Supplemental Conditions, must be included, in their entirety, with the other general and special conditions that are typically included in the construction contract documents by the Consulting Engineer'. 3. Modifications to Provisions The Applicant may need to modify parts of these provisions to better fit the other provisions of the construction contract; however, everything herein must be included in the contract documents. The Applicant and the Consulting Engineer should carefully study these provisions before incorporating them into the construction contract documents. In particular, Water Districts and other types of districts should be aware of statutes relating to their creation and operation which may affect the application of these conditions. The Texas Water Development Board (TWDB) Project Engineer/Reviewer should be consulted if the Applicant thinks there is a need to modify parts of these provisions. Section III, Supplemental Condition No. 13 (Archeological Discoveries and Cultural Resources) and Section III, Supplemental Condition No. 14 (Threatened and Endangered Species) may be superseded or modified by project -specific environmental conditions established during the environmental review process. These documents may confer certain duties and responsibilities on the Consulting Engineer that are beyond, or short of, what the Applicant intends to delegate. The Applicant should ensure that the contractual agreement with the Consulting Engineer provides for the appropriate services. Otherwise, the Applicant should revise the wording in these special conditions to agree with actually delegated Throughout this document "Consulting Engineer" is used to mean Design Engineer/Engineer of Record, Prime Engineer, or Owner's Engineer, depending on the contract type between the Applicant and the Engineer and depending on the phase of the project (i.e., planning, design, or construction). Page 4 of 66 TWDB-0551 Rev. 6/24 functions. 4. Good Business Practices There are other contract provisions that the Applicant and Consulting Engineer need to include as a matter of good business practices. It is recommended that provisions addressing the following matters be included in the construction contract: (a) Specifying the time frame for accomplishing the Construction of the project, and the consequences of not completing construction on time, including liquidation damages. (b) Specifying the type and dollar value of and the documentation of insurance the Contractor is to carry. At a minimum the Contractor should carry worker's compensation, liability, and builder's risk insurance that will meet state statutory limits. (c) Identifying the responsibility of the Contractor - responsibility and warranty of work. (d) Price reductions for defective pricing of negotiated costs. (e) Differing site conditions - notice and claims regarding site conditions differing from indicated conditions. (f) Specifying maximum time allowed to submit an official Change Order after a field change has been authorized and implemented. (g) Covenants against contingent fees — prohibit contingent fees for securing business. (h) Gratuities - prohibitions against offering and accepting gratuities. (i) Auditing and accessing records. Q) Suspension of work - conditions under which the Applicant may suspend work. (k) Termination - conditions under which the Applicant may terminate. (1) Remedies - how disputes will be remedied. 5. Other Requirements If applicable, Trench Safety requirements shall adhere to the Health and Safety Code Chapter 756, Subchapter C, which includes reference to the Occupational Safety and Health Administration (OSHA) standards for trench safety in effect during the period of construction of the project and Owner's Geotechnical information to assist Contractor in design of Trench Safety System. There may be other local government requirements and applicable Federal and State statutes and regulations that are not accommodated by these conditions. It is the Applicant's responsibility to ensure that the project and all contract provisions Page 5 of 66 TWDB-0551 Rev. 6/24 are consistent with all relevant statutes and regulations. 6. Advertisements for Bids State procurement statutes require advertising a contract for bid at least once a week for at least two (2) consecutive weeks2. If this requirement is not followed, the project may need to be re -advertised (i.e., rebid). The official advertisement for bids that is published in the newspaper should include certain information such as, but not limited to, the following: (a) A clear description of what is being procured. (b) How to obtain plans and specifications (P&S), necessary forms, and information. (c) The date and time by which bids are to be submitted (deadline). (d) The address where bids are to be provided. (e) A statement that the contract is contingent upon release of funds from the TWDB. (f) A statement that any contract(s) or contracts awarded under this Invitation for Bids (IFB), Request for Proposals (RFP), or Request for Qualifications (RFQ) is/are expected to be funded in part by financial assistance from the TWDB. Neither the U.S. Environmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees are or will be a party to this IFB, RFP, RFQ or any resulting contract. (g) For CWSRF, include - Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts and/or Section 608 of the Federal Water Pollution Control Act. (h) The following is specific text that should be included as -is: Equal Opportunity in Employment - All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors --Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. (i) Acknowledgement of any special requirements such as mandatory pre -bid conference. z From LGC 252.041, Municipalities are required to advertise in a newspaper at least once a week for two consecutive weeks. Page 6 of 66 TWDB-0551 Rev. 6/24 (j) Affirmative Action requirements, requiring no discrimination on the basis of race, color, national origin, or sex (40 CRF Part 7). (k) Right to reject any and all bids. (1) A statement that Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean or Drinking Water State Revolving Fund Programs (CWSRF or DWSRF). (m)For additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract, please consult TWDB Guidance No. DB-0156. 7. Bid Proposal The Bid proposal form should account for the following: (a) If a lump sum bid, include a list of the materials used and associated costs. (b) Distinguish Eligible and Ineligible items. (c) Accommodate Trench Safety requirements with separate per unit pay item for trench excavation safety protection in accordance with Health and Safety Code Chapter 756, Subchapter C and as briefly noted below:. i. Separate pay item for special shoring requirements, and ii. Separate pay item for trench excavation safety protection. (d) Include space for the Contractor to acknowledge receipt of each Addendum issued during the bidding process. 8. Bidding Process The Plans and Specifications (P&S) should include an explanation of how the bids will be processed. The explanation should include the following components: (a) Whether a Pre -bid Conference will be held, whether it is optional or mandatory, and where and when it will be held. If possible, it is recommended to hold the pre -bid via Zoom, Microsoft Teams or other online platform, as well as in person. The TWDB Project Engineer/Reviewer is to be invited to the Pre -Bid Conference. (b) Specify the criteria and process for determining responsiveness and responsibility of the bidder. (c) Specify the method of determining the successful bidder and award (e.g., award to the lowest responsive, responsible bidder, accounting for any multiple parts to bids), and accounting for non-resident bidder reciprocity requirements (TWDB-0459). (d) Allow for withdrawal of a bid due to a material mistake. Page 7 of 66 TWDB-0551 Rev. 6/24 (e) Identify the time frame that the bids may be held by the Applicant before awarding a contract (i.e., typically for 60 or 90 days). (f) Acknowledge the right of the Applicant to reject any and all bids. 9. Release of Funds Prior to the TWDB authorization for the Applicant to issue a notice to proceed (NTP) and subsequent release of funds for construction (according to program specific requirements), the Applicant and its consultant must provide the following bid documents for TWDB review (a) Submittal of Bid Documents to TWDB Project Engineer/Reviewer to allow contingent award of contract: • Advertisement and Affidavit of Advertisement (for municipalities, the project must be bid at least once a week for two (2) consecutive weeks in a newspaper), • Bid tabulation, • All Addenda submitted and approved for the contract, • Bid proposal of apparent low bidder (or chosen bidder with explanation), including the Contractor's bid guarantee or bid bond, • Site Certificate (ED-101), • Consulting Engineer's recommendation to award letter, • A description of any bidding irregularities, • Construction inspection proposal, • Reciprocity of Non -Resident Bidder Form (TWDB-0459), and • Bidder's Certifications Form (WRD-255). Then the TWDB can issue authorization for the Applicant to issue the contingent Notice of Award for the construction contract. (b) Once the Applicant has issued their contingent Notice of Award of the construction contract, they must submit a bound copy (single file PDF document) of the executed contract documents (including specifications) and a bound copy (single file PDF document) of the Approved Plan Set. A complete set of bound executed contract documents should include: • Front -End Documents, Addenda, Executed Agreement, and Technical Specifications as approved by the TWDB and TCEQ (as applicable), • Contractor's Act of Assurance (TWDB Form ED-103), • Contractor's Act of Assurance Resolution (TWDB Form ED-104), Page 8 of 66 TWDB-0551 Rev. 6/24 • Payment and Performance Bonds (must be executed on or after the date of the agreement), • Contractor's Wage Rate Determination(s), • Contractor's Certificate of Insurance, and • If applicable, the Applicant's Sufficiency of Funds letter. After reviewing and approving the executed contract documents, the TWDB will issue an authorization for the Applicant to issue a Notice to Proceed (NTP). At this time, TWDB staff can begin releasing construction funds in accordance with program requirements. Once construction begins, the Applicant must submit monthly, Outlay Requests. Outlay Request that include requests for construction funds must include the following documents: • DB-0154 -Monthly Davis Bacon Wage Rate Certificate of Compliance. • TWDB-1 106-A— Monthly American Iron and Steel Certificate. Failure to provide these certificates will result in denial of release of funds. For any questions and proposed modifications to these conditions, contact your TWDB Project Engineer/Reviewer. Page 9 of 66 TWDB-0551 Rev. 6/24 II. INSTRUCTIONS TO BIDDERS The language and conditions listed in this section must be included in the "Instructions to Bidders" section of the construction contract documents. 1. Contingent Award of Contract This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract(s) awarded under this Invitation for Bids is/are expected to be funded in part by a loan or loan with principal forgiveness from the TWDB and a grant from the United States Environmental Protection Agency (EPA). Neither the State of Texas, the EPA, nor any of its departments, agencies, or employees, are or will be a party to this Invitation for Bids or any resulting contract. 2. Davis -Bacon Wage Rate Requirements Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF) or a construction project financed, in whole or in part, from the Drinking Water State Revolving Fund (DWSRF). The Davis -Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF or a construction project under the DWSRF. For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Wage Hours and Safety Standards Act (CWHSSA), as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. Any contracts in excess of $2,000 must include the provisions of the Davis -Bacon Wage Rate Requirements. See Section III, Paragraph 10, Option 1 (governmental entities) and Option 2 (non -governmental entities) for contract clauses required for Davis -Bacon requirements. This information is also included in TWDB Guidance DB-0156, as follows (Applicant = Owner (sub -recipient)): • If the Owner (sub -recipient) is a governmental entity such as a city or district, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix 1, Section 3, Section 4 (if the contract exceeds $100,000), and Section 5. • If the Owner (sub -recipient) is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix 2, Section 3, Section 4 (if the contract exceeds $100,000), and Section 5. The Owner (sub -recipient) must ensure all prime contracts require the same full text in any subcontracts. See TWDB Guidance DB-0156 for the text of the Page 10 of 66 TWDB-0551 Rev. 6/24 contract language that must be included. Additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract can be found in TWDB Guidance DB-0156. 3. American Iron and Steel Requirements Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of 33 U.S.0 §1388 for Clean Water State Revolving Fund projects or Public Law 114-113, Consolidated Appropriations Act, 2016, or subsequent appropriations acts, for Drinking Water State Revolving Fund projects. The Contractor must complete the statement of understanding regarding this requirement, found in Section III Supplemental Contract Conditions, Item No. 9. The statement of understanding must be signed by the Contractor. 4. Equal Employment Opportunity and Affirmative Action All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors --Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. 5. Bid Guarantee Each bidder shall furnish a bid Guarantee equivalent to five percent (5%) of the bid price (Water Code 17.183). If a bid bond is provided, the Contractor shall utilize a surety company that is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 6. Award of Contract to Nonresident Bidder A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A nonresident 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 TWDB-0459, Vender Compliance with Reciprocity on Nonresident Bidders, which must be submitted with the bid. Page 11 of 66 TWDB-0551 Rev. 6/24 7. Summary of Forms to be submitted with the Bid Documents: • WRD-255, Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities • TWDB-0459, Vendor Compliance with Reciprocity on Non -Resident Bidder. Page 12 of 66 TWDB-0551 Rev. 6/24 III. SUPPLEMENTAL CONTRACT CONDITIONS 1. Supersessior The Owner and the Contractor agree that the TWDB Supplemental Conditions apply to that work eligible for TWDB assistance to be performed under this construction contract and these clauses supersede any conflicting provisions of this contract. 2_ Privity of Contract Funding for this project is expected to be provided in part by the TWDB. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapters 358 and 363, 31 TAC Chapter 371 (DWSRF), and 31 TAC Chapter 375 (CWSRF) in effect on the date of the assistance award for this project. 3. Definitions (a) The terms "Owner" or "Applicant" 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 Executive Administrator, or the authorized representative thereof. (c) The term "Consulting Engineer" means the engineer the Owner has authorized to work on the project. 4. Laws to be Observea 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 must indemnify and save harmless the Owner, TWDB, and their representatives against any claim arising from violation of any such law, ordinance or regulation by the Contractor, their Subcontractor or their employees. 5. Review by Owner and TWDL (a) The Owner, authorized representatives and agents of the Owner and TWDB must, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB must not subject the State of Texas, or its representatives, to any action for damages. Page 13 of 66 TWDB-0551 Rev. 6/24 6. Performance and Payment Bonds Each Contractor awarded a construction contract must furnish performance and payment bonds that include the following explicit conditions in the body of the bond: (a) The performance bond must 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; (b) The performance and payment bonds must 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 Consulting Engineer of the political subdivision; and (c) The Contractor must utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 7. Payment Schedule and Cost Breakdown (a) The Contractor must 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. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN - The Contractor must submit to the Owner a detailed breakdown of the estimated cost of all work to be accomplished under the contract, arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown must be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the contract. After approval by the Owner the unit prices established in the breakdown must be used in estimating the amount of the partial payments to be made to the Contractor. 8. Workman's Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096) (a) The Contractor must 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 must 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. Page 14 of 66 TWDB-0551 Rev. 6/24 (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: "Building or construction" includes: • erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; • remodeling, extending, repairing, or demolishing a structure; or • otherwise improving real property or an appurtenance to real property through similar activities. ii. "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. American Iron and Steel The following statement must be completed by the Contractor and made a part of the agreement between the Owner and the Contractor. The statement must be on a dedicated page within the contract that includes the Contractor signature and date; or the Contractor can choose to sign this page of the TWDB-0550. The Contractor acknowledges to and for the benefit of the Owner ("Purchaser') that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund or the Drinking Water State Revolving Fund that have statutory requirements commonly known as 'American Iron and Steel" that requires all of the iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Owner. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Owner resulting from any such failure (including without limitation attorney's fees) incurred by the Owner resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, Page 15 of 66 TWDB-0551 Rev. 6/24 from the TWDB or any damages owed to the Owner). Additional information on the American Iron and Steel (AIS) requirement and its applicability to this contract can be found in the TWDB-1106 guidance. The Owner must receive and maintain files documenting the Contractor's use of AIS. Monthly compliance with the AIS must be verified by the Owner through the submittal of the TWDB form TWDB-1106-A. 10. Davis -Bacon Wage Rate Requirements a. Compliance Procedures To be held in compliance and satisfy this federal requirement, the following must be fulfilled: Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at httr)s:Hsam.aov/content/wage-determinations. Once it is determined that Davis -Bacon wage rates will apply to a construction contract, the Owner must state in the solicitation that Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis - Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the Owner must monitor htti3s:Hsam.gov/content/waqe-determinations on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Owner must amend the solicitation if the DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the Owner may request a finding from the TWDB that there is not a reasonable amount of time to notify interested Contractors of the modification of the wage determination. If a contract is not awarded within 90 days after bid opening, any revised general wage determination issued prior to award of the contractor is effective for that contract; unless the TWDB, at the request of the Owner, requests and obtains an extension of the 90-day period from DOL (29 CFR 1.6(c) 2 ii D ). Wage determinations must be updated after contract award when (1) the contract has a change order that adds substantial construction, alternation, and/or repair work not within the original scope and the contract time is extended, or (2) the contract is a "work order" type contract (a general commitment to construction as the need arises, but exact construction is not necessarily specified). For "work order" type contracts, the most recent revision(s) of any applicable wage determination(s) on each anniversary date of the contract's award (or each anniversary date of the beginning of construction when there is no award). (29 CFR 1.6(c)(2)(iii)) Page 16 of 66 TWDB-0551 Rev. 6/24 Insert wage rate requirements in full for all contracts and subcontracts in excess of $2,000 - If the Owner is a governmental entity such as a city or district, it must insert in full the contract clauses shown herein as Option 1: Section 3, Section 4 (if the contract exceeds $100,000), and Section 5. If the Owner is a non- governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses shown herein as Option 2: Section 3, Section 4 (if the contract exceeds $100,000), and Section 5. The Owner must ensure all prime contracts require the same full text in any subcontracts. Davis Bacon applies regardless of whether the terms and conditions are included or not in all contracts and subcontracts. Include the following text in all contracts: "By accepting this award, the EPA Subrecipient acknowledges and agrees to the terms and conditions provided in the DBRA requirements for contractors." iii. Monthly Certification — The Owner must complete and submit monthly a Davis Bacon Wage Rate Certificate of Compliance once construction has begun. (Use Monthly Davis Bacon Waqe Rate Certificate of Compliance Submittal by Owner (Sub -recipient) DB- 0154). iv. Contractor Payroll Requirements - The Contractor is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Contractors/Subcontractors must furnish weekly a statement with respect to the wages paid to each employee during the preceding week. The signature by the contractor, subcontractor, or authorized officer/employee must be an original handwritten signature or a legally valid electronic signature (e.g., DocuSign). They may use the Department of Labor (DOL) Payroll Form WH-347 and weekly Statement of Compliance on the reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB's form, Statement of Compliance Certification by Contractor for SRF, DB-0155. The DOL Payroll Form WH-347 can be found under the forms section of this document or at the following link: www.dol.gov/agencies/whd/government- contracts/construction/payroll-certification. (See DOL Payroll Form WH-347) v. Interviews - The Owner must periodically interview a sufficient number of employees entitled to the Davis -Bacon prevailing wages to verify that Contractors or Subcontractors are paying the appropriate wage rates. All interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445), found at the following link: httr)s://www.gsa.gov/system/files/SF 1445.1)df, or equivalent documentation to memorialize the interviews. The Owner Page 17 of 66 TWDB-0551 Rev. 6/24 must establish and follow an interview schedule based on its assessment of the risks of noncompliance with Davis- Bacon posed by Contractors or Subcontractors and the duration of the contract or subcontract. The Owner must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with Davis -Bacon. The Owner must immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. (See Section 5 of Option 1 [governmental entities] and Option 2 [non -governmental entities]). vi. Payroll Records - Certified payroll must be delivered by the Contractor or Subcontractor within seven (7) days after the regular payment date of the payroll period. Certified payroll records are required to be retained by the Owner and Contractor for three (3) years after completion of the construction project. The Owner must periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. (See Section 5 of Options 1 and 2). The payroll records must include the following: the name, Social Security number, last known address, telephone number, and email address of each laborer and mechanic; each worker's correct classification(s) of work actually performed; hourly rates of wages paid (including rates of contributions or of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. vii. Wage Rate Poster — The Contractor must post the required Poster (WH-1321) and applicable wage rates at the construction site in a prominent and accessible place where it can be easily seen by the workers. The wage rate poster may be found at httiD://www.dol.aov/whd/programs/dbra/whl321.htm. (See Davis - Bacon Waqe Rate Poster, WH-1321) viii. Report Violations — The Owner must immediately report violations of the Davis- Bacon prevailing wage requirements to the EPA Davis - Bacon Coordinator listed in the assistance agreement and to the appropriate DOL WHD Office listed at httr)://www.dol.gov/whd/america2.htm. b. Subcontracts The Contractor will insert in full the required wage rate requirement in any subcontract in excess of $2,000 as specified in (a)(ii) of this section. Davis Bacon applies regardless of whether the terms and conditions are included or not in all contracts and subcontracts. Include the following text in all contracts: "By accepting this award, the EPA Subrecipient acknowledges and agrees to the terms and conditions provided in the DBRA requirements Page 18 of 66 TWDB-0551 Rev. 6/24 for contractors." c. Davis -Bacon General Wage Determinations A "wage determination" is the listing of wage and fringe benefit for each classification of laborers and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has determined to be prevailing in a given area for a particular type of construction. In general, the project area is the county where the project will take place. For the type of construction, the Davis -Bacon Wage Determinations are classified by the nature of the construction projects performed, specifically listed as "schedules": residential, building, highway, and heavy construction. A brief outline of the definitions for each schedule is listed below. Construction Type: Residential determination This determination includes the construction, alteration or repair of single-family houses, apartment buildings of no more than four stories in height. This includes all incidental items such as site work, parking areas, utilities, streets, and sidewalks. Construction Type: Building determination This determination includes construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment or supplies; all construction of such structures; the installation of utilities and of equipment, both above and below grade levels; as well as incidental grading, utilities and paving. Such structures need not be "habitable" to be building construction. Also, the installation of heavy machinery and/or equipment does not generally change the project's character as a building. Construction Type: Highway determination This determination includes construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. Construction Type: Heavy determination This determination includes those projects that are not properly classified as either "building," "highway," or "residential." Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics, and separate schedules may be issued for dredging projects, water and sewer line projects, dams, major bridges, and flood control projects. The Owner should review their Contractor's wage decisions and confirm they provide an adequate classification of the labor required for the specific construction contract. Most CWSRF and DWSRF projects will fall under the "Heavy" construction type, but Owners should ask their Consulting Page 19 of 66 TWDB-0551 Rev. 6/24 Engineers if unsure. Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work (i.e. a building is constructed in a water treatment facility). This is described in more detail in DOL's All Agency Memorandum 130 with Addendum 131. See the DOL's website httr)://www.dol.aov/whd/programs/dbra/memorand.htm. In such cases, the contracting agency must incorporate the applicable wage determination for each type of construction involved that is anticipated to be substantial. The contracting agency is responsible for designating the specific work for which each incorporated wage determination applies ((29 CFR 1.6(b)(1)). The contracting agency should designate the work to which each wage determination or part thereof applies per Federal Acquisition Regulations (FAR) 22.404-2 thru 404-3(www.acauisition.aov/far/22.404-2). Should overlaps occur in the wage classification schedules for the contract(s), the Owner may consider adopting the higher rate classification. In all cases, the Owner is responsible to ensure an adequate classification is provided for compliance with the law. Where a Contractor alerts the Owner that the classification is inadequate, the Owner should work with the Contractor and the DOL to address any valid concerns. All questions regarding Davis -Bacon guidance can be directed to: U.S. Department of Labor Wage and Hour Division1-866-4USWAGE (1-866-487- 9243), TTY: 1-877-889-5627, Monday -Friday 8 a.m. to 8 p.m. Eastern Time. If you require further information about Davis -Bacon and how to apply it to your project, please contact the TWDB Regional Water Proiect Development (RWPD) Team Manaqer for vour region. The Owner and Contractor may obtain additional information on the Davis - Bacon Wage Rates requirements in the TWDB's Guidance DB-0156 — "Guidance on Davis -Bacon Waqe Rate Requirements". Option 1 — Applies to Governmental Entities (such as Cities and Districts) Applicability of the Davis -Bacon and Related Acts Prevailing Wage Requirements. Davis -Bacon and Related Acts (DBRA) prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the Clean Water State Revolving Fund and to any construction project carried out in whole or in part by assistance made available by the Drinking Water State Revolving Fund. If an Owner encounters a unique situation at a site that presents uncertainties regarding DBRA applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Owners shall obtain the wage determination for the locality in which a covered activity subject to DBRA will take place prior to issuing requests Page 20 of 66 TWDB-0551 Rev. 6/24 for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DBRA. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that Subcontractors follow the wage determination incorporated into the prime contract. i. While the solicitation remains open, the Owner shall monitor httr)s:Hsam.aov/content/wage-determinations weekly to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the TWDB that there is not a reasonable time to notify interested contractors of the modification of the wage determination. In the request, the subrecipient shall include documentation of the bid date and time and the DOL wage modification date. The TWDB will review the documentation and provide a report of its findings to the subrecipient. The subrecipient shall keep the report in the project contract file. ii. If the Owner does not award the contract within 90 days of the bid opening, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor httr)s://sam.ciov/content/wage-determinations on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. (b) If the Owner carries out activity subject to DBRA by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from httr)s:Hsam.aov/content/wage-determinations into the ordering instrument. For "work order" type contracts, the most recent revision(s) of any applicable wage determination(s) on each anniversary date of the contract's award (or each anniversary date of the beginning of construction when there is no award). (29 CFR 1.6(c)(2)(iii)) (c) Owners shall review all subcontracts subject to DBRA entered into by Prime Contractors to verify that the Prime Contractor has required its Subcontractors to include the applicable wage determinations. (d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a Page 21 of 66 TWDB-0551 Rev. 6/24 wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner's Contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 3. Contract and Subcontract provisions. The subrecipient shall insert in full in any contract to which Davis -Bacon and Related Acts apply, the following clauses. Reference to www.ena.gov/cirants/contract-provisions-davis-bacon-and-related-acts and 29 CRF 5.5. The Contractor acknowledges that by entering into this contract with a contracting agency, funded by an EPA Assistance agreement (grant), the Contractor agrees to comply with the following terms and conditions in accordance with 29 CFR 5.5, if this contract is for activities covered under Davis -Bacon and Related Acts (DBRA) and exceeds (or will exceed) $2,000. Definitions for many of the terms used below are provided in 29 CFR 5.2. (1) Minimum Wages. (i) Wage rates and fringe benefits All laborers and mechanics employed or working upon the site of the work (or otherwise working in construction or development of the project under a development statute), 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 basic hourly 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. As provided in paragraphs (d) and (e) of this section, the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis -Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(v) 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 Page 22 of 66 TWDB-0551 Rev. 6/24 shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification(s) of work actually performed, without regard to skill, except as provided in 29 CFR 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 29 CFR 5.5(a)(1)(iii) of this section) and the Davis -Bacon poster (WH-1321) must 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) Frequently recurring classifications (A) In addition to wage and fringe benefit rates that have bene determined to be prevailing under the procedures set forth in 29 CFR Part 1, a wage determination may contain, pursuant to 29 CFR 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to 29 CFR 5.5(a)(1)(iii), provided that: (1) The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; (2) The classification is used in the area by the construction industry; and (3) The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (B) The Administrator will establish wage rates for such classifications in accordance with 29 CFR 5.5(a)(1)(iii)(A)(3) of this section. Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. (iii) Conformance (A) The contracting officer must 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. Conformance of an additional classification and wage rate and fringe benefits is appropriate 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 Page 23 of 66 TWDB-0551 Rev. 6/24 (2) The classification is used 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) The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (C) 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 will be sent by the contracting officer by email to the TWDB. The TWDB will transmit the request to DBAconformance(@dol.gov. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (D) 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 TWDB will, by email to DBAconformance(@dol.gov, 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 of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (E) The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under paragraphs (a)(1)(iii)(C) and of this section. The contractor must furnish a written copy of such determination to each affected worker, or it must be posted as part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph (a)(1)(iii)(C) or (D) of this section must 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. (iv) Fringe benefits not expressed as an hourly rate 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 may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an Page 24 of 66 TWDB-0551 Rev. 6/24 hourly cash equivalent thereof. (v) Unfunded plans 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, in accordance with the criteria set forth in 29 CFR 5.28, that the applicable standards of the Davis -Bacon Act 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. (vi) Interest In the event of a failure to pay all or part of the wages required by the contract, the contractor will be required to pay interest on any underpayment of wages. (2) Withholding. (i) Withholding requirements The EPA, grant recipient, subrecipient at any tier, and/or contracting agency upon its own action, or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in paragraph (a) of this section for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis -Bacon labor standards, that is held by the same prime contractor (as defined in 29 CFR 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to Davis -Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. In the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work (or otherwise working in construction or development of the project under a development statute) all or part of the wages required by the contract, or upon the contractor's failure to submit the required records as discussed in 29 CFR 5.5(a)(3)(iv) of this section, the EPA, grant recipient, Page 25 of 66 TWDB-0551 Rev. 6/24 subrecipient at any tier, and/or contracting agency may on its own initiative and after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, 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. (ii) Priority to withheld funds The Department has priority to funds withheld or to be withheld in accordance with 29 CFR 5.5(a)(2)(i) or 29 CFR 5.5(b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901- 3907. (3) Records and certified payrolls (i) Basic record requirements (A) Length of record retention All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work and preserved for all laborers and mechanics working at the site of the work (or otherwise working in construction or development of the project under a development statute) for a period of at least three (3) years after all the work on the prime contract is completed. (B) Information required Such records must contain the name; Social Security number; last known address, telephone number, and email of each such worker; each worker's correct classification(s) of work actually performed; 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 40 U.S.C. 3141(2)(B) of the Davis -Bacon Act); daily and weekly number of hours actually worked in total and on each covered contract; deductions made; and actual wages paid. Page 26 of 66 TWDB-0551 Rev. 6/24 (C)Additional records relating to fringe benefits Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(v) 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 40 U.S.C. 3141(2)(B) of the Davis -Bacon Act, the contractor must 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. (D)Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. (ii) Certified payroll requirements (A) Frequency and method of submission The contractor or subcontractor must submit weekly, for each week in which any DBA- or Related Acts- covered work is performed, certified payrolls to the contracting agency if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the certified payrolls to the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records, for transmission to the contracting agency. The prime contractor is responsible for the submission of all certified payrolls by all subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature; the system allows the contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least three (3) years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. (B) Information required The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a) 3 i B , except that full Social Security numbers and las known addresses, telephone numbers, and email addresses must not be included on the weekly transmittals. Instead the certified payrolls need only include an individually identifying number for each worker (e.g., the last four digits of the worker's Social Security number). The required weekly certified payroll Page 27 of 66 TWDB-0551 Rev. 6/24 information may be submitted using Optional Form WH-347 or in any other format desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at https://www.dol.gov/sites/dolgov/files/WHD/Iegacv/files/wh347/.Ddf or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses, telephone numbers, and email addresses to the prime contractor for its own records, without weekly submission by the subcontractor to the sponsoring government agency (or the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records). (C) Statement of Compliance Each certified payroll submitted must be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: (1) That the certified payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(iii), and such information and records are correct and complete; (2) That each laborer or mechanic (including each helper and apprentice) working 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 29 CFR part 3; and (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(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (D) Use of Optional Form WH-347 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 29 CFR 5.5(a)(3)(ii)(C). (E) Signature The signature by the contractor, subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. (F) Falsification The falsification of any of the above certifications may subject the Page 28 of 66 TWDB-0551 Rev. 6/24 contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 3729. (G) Length of certified payroll retention The contractor or subcontractor must preserve all certified payrolls during the course of the work for a period of three (3) years after all the work on the prime contract is completed. (iii) Contracts, subcontracts, and related documents The contractor or subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of three (3) years after all the work on the prime contract is completed. (iv) Required disclosures and access (A) Required record disclosure and access to workers The contractor or subcontractor must make the records required under paragraph (a)(3)(i) through (iii) of this section, and any other documents that the EPA, recipient, or subrecipient at any tier, and/or contracting agency, or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable 29 CFR 5.1, available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA, recipient, or subrecipient at any tier, and/or contracting agency, or the Department of Labor, and must permit such representatives to interview workers during working hours on the job (B) Sanctions for non-compliance with records and worker access requirements If the contractor or subcontractor fails to submit the required records or to make them available, or refuse to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, 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, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to 29 CFR 5.12. In addition, any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required Page 29 of 66 TWDB-0551 Rev. 6/24 records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (C) Required information disclosures Contractors and subcontractors must maintain the full Social Security number and last known address, telephone number, and email address of each covered worker, and must provide them upon request to the Environmental Protection Agency if the agency is a party to the contract, or to the Wage and Hour Division of the Department of Labor. If the Federal agency is not such a party to the contract, the contractor, subcontractor, or both, must, upon request, provide the full Social Security number and last known address, telephone number, and email address of each covered worker to the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records, for transmission to the EPA, recipient, or subrecipient at any tier, contracting agency, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. (4) Apprentices and Equal Employment Opportunity (i) Apprentices (A) Rate of pay 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 (OA), or with a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (B) Fringe benefits Apprentices must 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 Page 30 of 66 TWDB-0551 Rev. 6/24 applicable apprentice classification, fringe benefits must be paid in accordance with that determination. (C) Apprenticeship ratio The allowable ratio of apprentices to journey workers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to 29 CFR 5.5(a)(4)(i)(D). Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in 29 CFR 5.5(a)(4)(i)(A), must 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 this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (D) Reciprocity of ratios and wage rates Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journey worker's hourly rate) applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the contractor's registered program must be observed. (ii) Equal employment opportunity The use of apprentices and journey workers under this part must be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Is reserved. (6) Subcontracts The contractor or subcontractor must insert in any subcontracts the clauses contained in paragraphs (a)(1) through (11) of this section or a link to the DBRA Requirements for Contractors and Subcontractors Under EPA Grants document on EPA's Contract Provisions for Davis -Bacon and Related Acts webpage, along with the applicable wage determination(s) and such other clauses or contract modifications as the Environmental Protection Agency may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In the event of any violations of these clauses, the Prime Contractor and any Subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the Page 31 of 66 TWDB-0551 Rev. 6/24 date of the underpayment or loss, due to any workers of lower -tier Subcontractors, and may be subject to debarment, as appropriate. (7) — (9) are reserved. (10) Certificate of Eligibility (i) By entering into this contract, the contractor certifies that neither it 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 40 U.S.C. 3144(b) or � 5.12(a). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144(b) or 5.12(a). (iii) The penalty for making false statements is prescribed in the U.S. Code, Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. (11) Anti -Retaliation It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; (ii) Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or (iv) Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. 4. Contract Provision for Contracts in Excess of $100,000. For contracts over $100,000, additional Terms and Conditions apply. The DBRA Requirements for Contracts in Excess of $100,000 Under EPA Grants document is available on EPA's Contract Provisions for Davis -Bacon and Related Acts webpage provides the additional requirements provided under 29 CFR 5.5. This information is included as follows: (b) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (b)(1) through (5) of this Page 32 of 66 TWDB-0551 Rev. 6/24 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 29 CFR 5.5(a), above or 29 CFR 4.6. 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 they are 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 29 CFR 5.5(b)(1) the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages and interest from the date of the underpayment. 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 watchpersons and guards, employed in violation of the clause set forth in 29 CFR 5.5(b)(1), in the sum of $32 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 29 CFR 5.5(b)(1). (3)Withholding for unpaid wages and liquidated damages. (i) Withholding process. The subrecipient may, upon its own action, or must upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in this 29 CFR 5.5(b) on this contract, 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, that is held by the same prime contractor (as defined in 29 CFR 5.2). The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. Page 33 of 66 TWDB-0551 Rev. 6/24 (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with 29 CFR 5.5(a)(2)(i) or 29 CFR 5.5(b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901- 3907. (4) Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in 29 CFR 5.5(b)(1) through L5) and 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 29 CFR 5.5(b)(1) through (5). In the event of any violations of these clauses, the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part. Page 34 of 66 TWDB-0551 Rev. 6/24 (c) CWHSSA required records clause. In addition to the clauses contained in 29 CFR 5.5(b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other laws referenced by 29 CFR 5.1, the Subrecipient must insert a clause requiring that the contractor or subcontractor must maintain payrolls and basic records during the course of the work and must preserve them for a period of three (3) years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and social security number of each such worker; each workers' correct classification(s) of work actually performed, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Subrecipient must insert in any such contract a clause providing that the records to be maintained under this paragraph must be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. (d) Incorporation of contract clauses and wage determinations by reference. Although agencies are required to insert the contract clauses set forth in this section, along with appropriate wage determinations, in full into covered contracts, and contractors and subcontractors are required to insert them in any lower -tier subcontracts, the incorporation by reference of the required contract clauses and appropriate wage determinations will be given the same force and effect as if they were inserted in full text. (e) Incorporation by operation of law. The contract clauses set forth in this section (or their equivalent under the Federal Acquisition Regulation), along with the correct wage determinations, will be considered to be a part of every prime contract required by the applicable statutes referenced by 29 CFR 5.1 to include such clauses, and will be effective by operation of law, whether or not they are included or incorporated by reference into such contract, unless the Administrator grants a variance, tolerance, or exemption from the application of this paragraph. Where the clauses and applicable wage determinations are effective by operation of law under this paragraph, the prime contractor must be compensated for any resulting increase in wages in accordance with applicable law. 5. Compliance Verification and Enforcement (a) Agency responsibilities. (1)(i) The Federal agency has the initial responsibility to ascertain whether the clauses required by 29 CFR 5.5 and the appropriate wage determination(s) have been incorporated into the contracts subject to the labor standards provisions of the laws referenced by 29 CFR 5.1. Additionally, a Federal agency that provides Federal financial assistance that is subject to the labor standards provisions of the Act must Page 35 of 66 TWDB-0551 Rev. 6/24 promulgate the necessary regulations or procedures to require the recipient or sub -recipient of the Federal assistance to insert in its contracts the provisions of 29 CFR 5.5. No payment, advance, grant, loan, or guarantee of funds will be approved by the Federal agency unless it ensures that the clauses required by 29 CFR 5.5 and the appropriate wage determination(s) are incorporated into such contracts. Furthermore, no payment, advance, grant, loan, or guarantee of funds will be approved by the Federal agency after the beginning of construction unless there is on file with the Federal agency a certification by the contractor that the contractor and its subcontractors have complied with the provisions of 29 CFR 5.5 or unless there is on file with the Federal agency a certification by the contractor that there is a substantial dispute with respect to the required provisions. (ii) If a contract subject to the labor standards provisions of the applicable statutes referenced by 29 CFR 5.1 is entered into without the incorporation of the clauses required by 29 CFR 5.5, the agency must, upon the request of the Administrator or upon its own initiative, either terminate and resolicit the contract with the required contract clauses, or incorporate the required clauses into the contract (or ensure they are so incorporated) through supplemental agreement, change order, or any and all authority that may be needed. Where an agency has not entered directly into such a contract but instead has provided Federal financial assistance, the agency must ensure that the recipient or sub -recipient of the Federal assistance similarly incorporates the clauses required into its contracts. The method of incorporation of the correct wage determination, and adjustment in contract price, where appropriate, should be in accordance with applicable law. Additionally, the following requirements apply: (A) Unless the Administrator directs otherwise, the incorporation of the clauses required by 29 CFR 5.5 must be retroactive to the date of contract award or start of construction if there is no award. (B) If this incorporation occurs as the result of a request from the Administrator, the incorporation must take place within 30 days of the date of that request, unless the agency has obtained an extension from the Administrator. (C) The contractor must be compensated for any increases in wages resulting from incorporation of a missing contract clause. (D) If the recipient refuses to incorporate the clauses as required, the agency must make no further payment, advance, grant, loan, or guarantee of funds in connection with the contract until the recipient incorporates the required clauses into its contract, and must promptly refer the dispute to the Administrator for further proceedings under 29 CFR 5.13. Page 36 of 66 TWDB-0551 Rev. 6/24 (E) Before terminating a contract pursuant to this section, the agency must withhold or cross -withhold sufficient funds to remedy any back wage liability resulting from the failure to incorporate the correct wage determination or otherwise identify and obligate sufficient funds through a termination settlement agreement, bond, or other satisfactory mechanism. (F) Notwithstanding the requirement to incorporate the contract clauses and correct wage determination within 30 days, the contract clauses and correct wage determination will be effective by operation of law, retroactive to the beginning of construction, in accordance with 29 CFR 5.5(e). (2) (i) Certified payrolls submitted pursuant to 29 CFR 5.5(a)(3)(ii) must be preserved by the Federal agency for a period of three (3) years after all the work on the prime contract is completed, and must be produced at the request of the Department of Labor at any time during the 3-year period, regardless of whether the Department of Labor has initiated an investigation or other compliance action. (ii) In situations where the Federal agency does not itself maintain certified payrolls required to be submitted pursuant to 29 CFR 5.5(a)(3)(ii), upon the request of the Department of Labor the Federal agency must ensure that such certified payrolls are provided to the Department of Labor. Such certified payrolls may be provided by the applicant, sponsor, owner, or other entity, as the case may be, directly to the Department of Labor, or to the Federal agency which, in turn, must provide those records to the Department of Labor. (3) The Federal agency will cause such investigations to be made as may be necessary to assure compliance with the labor standards clauses required by 29 CFR 5.5 and the applicable statutes referenced in 29 CFR 5.1. Investigations will be made of all contracts with such frequency as may be necessary to assure compliance. Such investigations will include interviews with workers, which must be taken in confidence, and examinations of certified payrolls, regular payrolls, and other basic records required to be maintained under 29 CFR 5.5(a)(3). In making such examinations, particular care must be taken to determine the correctness of classification(s) of work actually performed, and to determine whether there is a disproportionate amount of work by laborers and of apprentices registered in approved programs. Such investigations must also include evidence of fringe benefit plans and payments thereunder. Federal agencies must give priority to complaints of alleged violations. (4) In accordance with normal operating procedures, the contracting agency may be furnished various investigatory material from the investigation files of the Department of Labor. None of the material, other than computations of back wages, liquidated damages, and monetary relief for violations of 29 CFR 5.5(a)(11) or (?jL5), and the summary of Page 37 of 66 TWDB-0551 Rev. 6/24 back wages due, may be disclosed in any manner to anyone other than Federal officials charged with administering the contract or program providing Federal assistance to the contract, without requesting the permission and views of the Department of Labor. (b) Department of Labor Investigations and other compliance actions. (1) The Administrator will investigate and conduct other compliance actions as deemed necessary in order to obtain compliance with the labor standards provisions of the applicable statutes referenced by 29 CFR 5.1, or to affirm or reject the recommendations by the Agency Head with respect to labor standards matters arising under the statutes referenced by 29 CFR 5.1. (2) Federal agencies, contractors, subcontractors, sponsors, applicants, owners, or other entities, as the case may be, must cooperate with any authorized representative of the Department of Labor in the inspection of records, in interviews with workers, and in all other aspects of the investigations or other compliance actions. (3) The findings of such an investigation or other compliance action, including amounts found due, may not be altered or reduced without the approval of the Department of Labor. (4) Where the underpayments disclosed by such an investigation or other compliance action total $1,000 or more, where there is reason to believe that the contractor or subcontractor has disregarded its obligations to workers or subcontractors, or where liquidated damages may be assessed under CWHSSA, the Department of Labor will furnish the Federal agency an enforcement report detailing the labor standards violations disclosed by the investigation or other compliance action and any action taken by the contractor or subcontractor to correct the violations, including any payment of back wages or any other relief provided workers or remedial actions taken for violations of 29 CFR 5.5(a)(11) or (b)(5). In other circumstances, the Department of Labor will furnish the Federal agency a notification summarizing the findings of the investigation or other compliance action. (c) Confidentiality requirements. It is the policy of the Department of Labor to protect from disclosure the identity of its confidential sources and to prevent an unwarranted invasion of personal privacy. Accordingly, the identity of a worker or other informant who makes a written or oral statement as a complaint or in the course of an investigation or other compliance action, as well as portions of the statement which would tend to reveal the identity of the informant, will not be disclosed in any manner to anyone other than Federal officials without the prior consent of the informant. Disclosure of such statements is also governed by the provisions of the "Freedom of Information Act" (5 U.S.C. 552, see part 70 of this subtitle) and the "Privacy Act of 1974" (5 U.S.C. 552a, see part 71 of this subtitle). Page 38 of 66 TWDB-0551 Rev. 6/24 Option 2 — Applies to Non -Governmental Entities (such as Water Supply Corporations and Private Companies) 1. Applicability of the Davis -Bacon (DB) Prevailing Wage Requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Owner must obtain proposed wage determinations for specific localities at https://sam.gov/content/waqe-determinations. After the Owner obtains its proposed wage determination, it must submit the wage determination to the TWDB for approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing contractors (ordering instruments unless subsequently directed otherwise by the TWDB.) (b) Owner shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the Owner shall monitor https://sam.gov/content/waqe-determinations on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the TWDB that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the subrecipient. (ii) If the Owner does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor https://sam.gov/content/wage-determinations on a weekly basis if it does not award the contract within 90 days of closure of the solicitation Page 39 of 66 TWDB-0551 Rev. 6/24 to ensure that wage determinations contained in the solicitation remain current. (c) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from httr)s://sam.gov/content/waqe- determinations into the ordering instrument. (d) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. (e ) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the Owner shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The Owner's Contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 3. Contract and Subcontract Provisions. The subrecipient(s) shall 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 29 CFR 5.1, the following clauses: (1) Minimum wages. (i) Wage rates and fringe benefits. All laborers and mechanics employed or working upon the site of the work 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 basic hourly 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 Page 40 of 66 TWDB-0551 Rev. 6/24 mechanics. As provided in paragraphs (d) and (e) of this section, the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract. Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis -Bacon Act (40 U.S.C. 3141(2)(B)) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(v); 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(s) of work actually performed, without regard to skill, except as provided in 29 CFR 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 29 CRF 5.5(a) 1 iii) and the Davis - Bacon poster (WH-1321) must 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. Subrecipients may obtain wage determinations from the U.S. Department of Labor's web site, httr)s:Hsam.ciov/content/wage-determinations. (i) Frequently recurring classifications. (A) In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFR Part 1, a wage determination may contain, pursuant to § 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to 29 CFR Part 5.5(a)(1)(iii), provided that: (1) The work to be performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; (2) The classification is utilized in the area by the construction industry; and (3) The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. (B) The Administrator will establish wage rates for such classifications in accordance with 29 CFR 5.5(a)(1)(iii)(A)(3). Work performed in such Page 41 of 66 TWDB-0551 Rev. 6/24 a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. (ii) Conformance. (A) The contracting officer must 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 be classified in conformance with the wage determination. Conformance of an additional classification and wage rate and fringe benefits is appropriate 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 used 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) The conformance process may not be used to split, subdivide, or otherwise avoid application of classifications listed in the wage determination. (C) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the Owner(s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor via email to DBAconformance(a)dol.gov, and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (D) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB will, by email to DBAconformance(adol.gov, refer the questions, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the Page 42 of 66 TWDB-0551 Rev. 6/24 TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (E) The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under 29 CFR 5.5(a)(1)(iii)(C) and LQ). The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination. The wage rate (including fringe benefits where appropriate) determined pursuant to 29 CFR 5.5(a)(1)(iii)(C) and LDmust 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. (iv) Fringe benefits not expressed as an hourly rate. 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 may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. (v) Unfunded plans. 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, in accordance with t criteria set forth in 5.28, that the applicable standards of the Davis -Bacon Act 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. (vi) Interest. In the event of a failure to pay all or part of the wages required by the contract, the Contractor will be required to pay interest on any underpayment of wages. (2) Withholding (i) Withholding requirements. The Owner(s) may, upon its own action or must, upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor, so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the Prime Contractor or any Subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in 29 CRF 5.5(a) for violations of this contract, or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis - Bacon labor standards, that is held by the same Prime Contractor (as defined in § 5.2). The necessary funds may be withheld from the Contractor under this contract, any other Federal contract with the same Prime Contractor, or any other federally assisted contract that is subject to Davis -Bacon labor standards requirements and is held by the same Prime Page 43 of 66 TWDB-0551 Rev. 6/24 Contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the Contractor liability for which the funds were withheld. In the event of a Contractor's failure to pay laborers and mechanics, including any apprentice or helper working on the site of the work (or otherwise working in construction or development of the project under a development statute) all or part of the wages required by the contract, or upon the Contractor's failure to submit the required records as discussed in 29 CFR 5.5(a)(3)(iv), the EPA may, on its own initiative and after written notice to the Contractor, sponsor, applicant, owner, or other entity, as the case may be, 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. (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with 29 CFR (a)(2)(i) orb 3 i , or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901- 3907. (3) Records and certified Payrolls. (i) Basic Record requirements. (A) Length of record retention. All regular payrolls and other basic records must be maintained by the Contractor any Subcontractor during the course of the work and preserved for all laborers and mechanics working at the stie of the work (or otherwise work in construction or development of the project under a development statute) for a period of at least three (3) years after all the work on the prime contract is completed. (B) Information required. Such records shall contain the name, last known address, Social Security Number, telephone number, and email address of each such worker, each worker's correct classification(s) of work actually performed, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash Page 44 of 66 TWDB-0551 Rev. 6/24 equivalents thereof of the types described in 40 U.S.C. 3141(2)(B) of the Davis -Bacon Act), daily and weekly number of hours actually worked in total and on each covered contract, deductions made, and actual wages paid. (C)Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(v) 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 40 U.S.C. 3141(2)(B) of the Davis -Bacon Act, the Contractor must 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. (D)Additional records relating to apprenticeship. Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs, the registration of the apprentices, and the ratios and wage rates prescribed in the applicable programs. (ii) Certified payroll requirements. (A) Frequency and method of submission. The Contractor or Subcontractor must submit weekly, for each week in which any DBA-or Related Acts -covered work is performed, certified payrolls to the Owner, that is, the entity that receives the funds from the TWDB. The Prime Contractor is responsible for the submission of all certified payrolls by Subcontractors. A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system, as long as the electronic system requires a legally valid electronic signature (e.g., DocuSign); the system allows the Contractor, the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least three (3) years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system. Such documentation shall be available on request of the TWDB or EPA. (B) Information required. The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i)(B), except that full Social Security Numbers and last known addresses, telephone numbers, and email addresses must not be included on the weekly transmittals. Instead, the certified payrolls need only include an individually identifying number for each worker (e.g., the last four digits of the employee's social security number). The required weekly certified Page 45 of 66 TWDB-0551 Rev. 6/24 payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division (WHD) Web site at https://www.dol.gov/sites/dolgov/files/WHD/Iegacv/files/wh347/.Ddf or its successor site. It is not a violation of this section for a Prime Contractor to require a Subcontractor to provide full Social Security Numbers and last known addresses, telephone numbers, and email addresses to the Prime Contractor for its own records, without weekly submission by the Subcontractor to the TWDB (or the applicant, sponsor, owner, or other entity as the case may be, that maintains such records). (C) Statement of Compliance. Each certified payroll submitted must be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or their agent who pays or supervises the payment of the persons working on the contract and must certify the following: (1) That the certified payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information and basic records are being maintained under 29 CFR 5.5 (a)(3)(i), and that such information and records are correct and complete; (2) That each laborer or mechanic (including each helper and apprentice) working 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 29 CFR part 3; and (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(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. (D) Use of the Optional Form WH-347. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 29 CFR 5.5(a)(3)(ii)(C). (E) Signature. The signature by the Contractor, Subcontractor, or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature (e.g DocuSign). (F) Falsification. 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 3729 of title 31 of the United States Code. Page 46 of 66 TWDB-0551 Rev. 6/24 (G)Length of certified payroll retention. The Contractor or Subcontractor must preserve all certified payrolls during the course of the work and for a period of three (3) years after all the work on the prime contract is completed. (iii) Contracts, subcontracts, and related documents. The Contractor or Subcontractor must maintain this contract or subcontract and related documents including, without limitation, bids, proposals, amendments, modifications, and extensions. The Contractor or Subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of three (3) years after all the work on the prime contract is completed. (iv) Required disclosures and access. (A) Required record disclosures and access to workers. The Contractor or Subcontractor must make the records required under 29 CRF 5.5 a 3 i through t[D of this section, and any other documents that the EPA or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statues referenced by 5.1, available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA, or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. (B) Sanctions for non-compliance with records and worker access requirements. If the Contractor or Subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job, the Federal agency may, after written notice to the contractor, sponsor, applicant, owner, or other entity, as the case may be, that maintains such records or that employs such workers, 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, or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to 29 CRF 5.12. In addition, any Contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required records that were not provided or made available to WHD. WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider, among other things, the location of the records and the volume of production. (C) Required information disclosures. Contractors and Subcontractors must maintain the full Social Security Number and last known address, Page 47 of 66 TWDB-0551 Rev. 6/24 telephone number, and email address of each covered worker, and must provide them upon request to the EPA if the agency is a party to the contract, or to the Wage and Hour Division of the Department of Labor. If the Federal agency is not such a party to the contract, the Contractor, Subcontractor, or both, must, upon request, provide the full Social Security Number and last known address, telephone number, and email address of each covered worker to the applicant, sponsor, owner, or other entity, as the case may be, that maintains such records, for transmission to the TWDB, EPA, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. (4) Apprentices and equal employment opportunity (i) Apprentices. (A) Rate of pay. Apprentices will be permitted to work at less than the predetermined rate for the work they perform 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 (OA), or with a State Apprenticeship Agency recognized by the OA. A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice, will be permitted to work at less than the predetermined rate for the work they perform in the 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (B) Fringe benefits. Apprentices must 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, fringe benefits must be paid in accordance with that determination. (C) Apprenticeship ratio. The allowable ratio of apprentices to journeymen on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to 29 CFR 5.5(a)(4)(i)(D) of this section. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated in 29 CRF 5.5(a)(4)(i)(A) of this section, must be paid not less than the applicable wage rate on the Page 48 of 66 TWDB-0551 Rev. 6/24 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 this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. (D) Reciprocity of rations and wage rates. Where a Contractor is performing construction on a project in a locality other than the locality in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) applicable within the locality in which construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project, the ratio and wage rate specified in the Contractor's registered program must be observed. (ii) Equal employment opportunity. The use of apprentices and journeymen under this part must 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 (11) along with the applicable wage determination(s) and such other clauses or contract modifications as the EPA determines may by appropriate instructions require, and a clause requiring the Subcontractors to include these clauses and wage determination(s) in any lower tier subcontracts. The Prime Contractor is responsible for the compliance by any Subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. In the event of any violations of these clauses, the prime Contractor and any Subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and may be subject to debarment, as appropriate. (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 Page 49 of 66 TWDB-0551 Rev. 6/24 disputes between the contractor (or any of its subcontractors) and Owner(s), TWDB, EPA, 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 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 40 U.S.C. 3144(b) or 29 CFR 5.12(a). (ii) No part of this contract shall be Subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C. 3144(b) or 29 CFR 5.12(a). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 (11) Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any Contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, this part, or 29 CFR part 1 or 3; (ii)Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under the DBA, Related Acts, this part, or 29 CFR part 1 or 3; or (iv) Informing any other person about their rights under the DBA, Related Acts, this part, or 29 CFR part 1 or 3. 4. Contract Provision for Contracts in Excess of $100,000 (b) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (b)(1) through (5) 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 29 CFR 5.5 a or 29 CFR 4.6. 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 Page 50 of 66 TWDB-0551 Rev. 6/24 mechanic in any workweek in which they are 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 29 CFR 5.5(b)(1) the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages and interest from the date of the underpayment. In addition, such Contractor and Subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchpersons and guards, employed in violation of the clause set forth in 29 CFR 5.5 b 1 , in the sum of $32 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 29 CFR 5.5(b)(1). (3) Withholding for unpaid wages and liquidated damages. (ii) Withholding process. The Owner may, upon its own action, or must upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the Prime Contractor or any Subcontractor for any unpaid wages; monetary relief, including interest; and liquidated damages required by the clauses set forth in 29 CFR 5.5(b), 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, that is held by the same Prime Contractor (as defined in 29 CFR 5.2). The necessary funds may be withheld from the Contractor under this contract, any other Federal contract with the same Prime Contractor, or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. (ii) Priority to withheld funds. The Department has priority to funds withheld or to be withheld in accordance with 29 CFR 5.5(a)(2)(i) or 29 CFR 5.5(b)(3)(i) of this section, or both, over claims to those funds by: (A) A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; (B) A contracting agency for its reprocurement costs; (C) A trustee(s) (either a court -appointed trustee or a U.S. trustee, Page 51 of 66 TWDB-0551 Rev. 6/24 or both) in bankruptcy of a contractor, or a contractor's bankruptcy estate; (D) A contractor's assignee(s); (E) A contractor's successor(s); or (F) A claim asserted under the Prompt Payment Act, 31 U.S.C. 3901-3907. (4) Subcontracts. The Contractor or Subcontractor must insert in any subcontracts the clauses set forth in 29 CFR 5.5(b)(1) through L5) and 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 29 CFR 5.5(b)(1) through L5). In the event of any violations of these clauses, the Prime Contractor and any Subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower -tier subcontractors, and associated liquidated damages and may be subject to debarment, as appropriate. (5) Anti -retaliation. It is unlawful for any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, or to cause any person to discharge, demote, intimidate, threaten, restrain, coerce, blacklist, harass, or in any other manner discriminate against, any worker or job applicant for: (i) Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act (CWHSSA) or its implementing regulations in this part; (ii) Filing any complaint, initiating or causing to be initiated any proceeding, or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or this part; (iii) Cooperating in any investigation or other compliance action, or testifying in any proceeding under CWHSSA or this part; or (iv) Informing any other person about their rights under CWHSSA or this part. (c) CWHSSA required records clause. In addition to the clauses contained in 29 CFR 5.5(b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other laws referenced by 29 CFR 5.1, the Owner must insert a clause requiring that the Contractor or Subcontractor must maintain payrolls and basic records during the course of the work and must preserve them for a period of three (3) years after all the work on the Prime Contract is completed for all laborers and mechanics, Page 52 of 66 TWDB-0551 Rev. 6/24 including guards and watchpersons, working on the contract. Such records must contain the name; last known address, telephone number, and email address; and Social Security Number of each such worker; each workers' correct classification(s) of work actually performed, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner must insert in any such contract a clause providing that the records to be maintained under this paragraph must be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. (d) Incorporation of contract clauses and wage determinations by reference. Although agencies are required to insert the contract clauses set forth in this section, along with appropriate wage determinations, in full into covered contracts, and Contractors and Subcontractors are required to insert them in any lower -tier subcontracts, the incorporation by reference of the required contract clauses and appropriate wage determinations will be given the same force and effect as if they were inserted in full text. (e) Incorporation by operation of law. The contract clauses set forth in this section (or their equivalent under the Federal Acquisition Regulation), along with the correct wage determinations, will be considered to be a part of every prime contract required by the applicable statutes referenced by 29 CFR 5.1 to include such clauses, and will be effective by operation of law, whether or not they are included or incorporated by reference into such contract, unless the Administrator grants a variance, tolerance, or exemption from the application of this paragraph. Where the clauses and applicable wage determinations are effective by operation of law under this paragraph, the prime contractor must be compensated for any resulting increase in wages in accordance with applicable law. 5. Compliance Verification and Enforcement (a) Agency responsibilities. (1)(i) The Federal agency has the initial responsibility to ascertain whether the clauses required by 29 CFR 5.5 and the appropriate wage determination(s) have been incorporated into the contracts subject to the labor standards provisions of the laws referenced by 29 CFR 5.1. Additionally, a Federal agency that provides Federal financial assistance that is subject to the labor standards provisions of the Act must promulgate the necessary regulations or procedures to require the recipient or sub -recipient of the Federal assistance to insert in its contracts the provisions of 29 CFR 5.5. No payment, advance, grant, loan, or guarantee of funds will be approved by the Federal agency unless it ensures that the clauses required by 29 CFR 5.5 and the appropriate wage determination(s) are incorporated into such contracts. Furthermore, no payment, advance, grant, loan, or guarantee of funds will be approved Page 53 of 66 TWDB-0551 Rev. 6/24 by the Federal agency after the beginning of construction unless there is on file with the Federal agency a certification by the contractor that the contractor and its subcontractors have complied with the provisions of 29 CFR 5.5 or unless there is on file with the Federal agency a certification by the contractor that there is a substantial dispute with respect to the required provisions. (ii) If a contract subject to the labor standards provisions of the applicable statutes referenced by 29 CFR 5.1 is entered into without the incorporation of the clauses required by 29 CFR 5.5, the agency must, upon the request of the Administrator or upon its own initiative, either terminate and resolicit the contract with the required contract clauses, or incorporate the required clauses into the contract (or ensure they are so incorporated) through supplemental agreement, change order, or any and all authority that may be needed. Where an agency has not entered directly into such a contract but instead has provided Federal financial assistance, the agency must ensure that the recipient or sub -recipient of the Federal assistance similarly incorporates the clauses required into its contracts. The method of incorporation of the correct wage determination, and adjustment in contract price, where appropriate, should be in accordance with applicable law. Additionally, the following requirements apply: (A) Unless the Administrator directs otherwise, the incorporation of the clauses required by 29 CFR 5.5 must be retroactive to the date of contract award or start of construction if there is no award. (B) If this incorporation occurs as the result of a request from the Administrator, the incorporation must take place within 30 days of the date of that request, unless the agency has obtained an extension from the Administrator. (C) The contractor must be compensated for any increases in wages resulting from incorporation of a missing contract clause. (D) If the recipient refuses to incorporate the clauses as required, the agency must make no further payment, advance, grant, loan, or guarantee of funds in connection with the contract until the recipient incorporates the required clauses into its contract, and must promptly refer the dispute to the Administrator for further proceedings under 29 CFR 5.13. (E) Before terminating a contract pursuant to this section, the agency must withhold or cross -withhold sufficient funds to remedy any back wage liability resulting from the failure to incorporate the correct wage determination or otherwise identify and obligate sufficient funds through a termination settlement agreement, bond, or other satisfactory mechanism. (F) Notwithstanding the requirement to incorporate the contract Page 54 of 66 TWDB-0551 Rev. 6/24 clauses and correct wage determination within 30 days, the contract clauses and correct wage determination will be effective by operation of law, retroactive to the beginning of construction, in accordance with 29 CFR 5.5(e). (2) (i) Certified payrolls submitted pursuant to 29 CFR 5.5(a)(3)(ii) must be preserved by the Federal agency for a period of three (3) years after all the work on the prime contract is completed, and must be produced at the request of the Department of Labor at any time during the 3-year period, regardless of whether the Department of Labor has initiated an investigation or other compliance action. (ii) In situations where the Federal agency does not itself maintain certified payrolls required to be submitted pursuant to 29 CFR 5.5(a) 3 ii , upon the request of the Department of Labor the Federal agency must ensure that such certified payrolls are provided to the Department of Labor. Such certified payrolls may be provided by the applicant, sponsor, owner, or other entity, as the case may be, directly to the Department of Labor, or to the Federal agency which, in turn, must provide those records to the Department of Labor. (3) The Federal agency will cause such investigations to be made as may be necessary to assure compliance with the labor standards clauses required by 29 CFR 5.5 and the applicable statutes referenced in 29 CFR 5_1. Investigations will be made of all contracts with such frequency as may be necessary to assure compliance. Such investigations will include interviews with workers, which must be taken in confidence, and examinations of certified payrolls, regular payrolls, and other basic records required to be maintained under 29 CFR 5.5(a)(3). In making such examinations, particular care must be taken to determine the correctness of classification(s) of work actually performed, and to determine whether there is a disproportionate amount of work by laborers and of apprentices registered in approved programs. Such investigations must also include evidence of fringe benefit plans and payments thereunder. Federal agencies must give priority to complaints of alleged violations. (4) In accordance with normal operating procedures, the contracting agency may be furnished various investigatory material from the investigation files of the Department of Labor. None of the material, other than computations of back wages, liquidated damages, and monetary relief for violations of 29 CFR 5.5(a)(11) or (b 5), and the summary of back wages due, may be disclosed in any manner to anyone other than Federal officials charged with administering the contract or program providing Federal assistance to the contract, without requesting the permission and views of the Department of Labor. (b) Department of Labor Investigations and other compliance actions. (5) The Administrator will investigate and conduct other compliance Page 55 of 66 TWDB-0551 Rev. 6/24 actions as deemed necessary in order to obtain compliance with the labor standards provisions of the applicable statutes referenced by 29 CFR 5.1, or to affirm or reject the recommendations by the Agency Head with respect to labor standards matters arising under the statutes referenced by 29 CFR 5.1. (6) Federal agencies, contractors, subcontractors, sponsors, applicants, owners, or other entities, as the case may be, must cooperate with any authorized representative of the Department of Labor in the inspection of records, in interviews with workers, and in all other aspects of the investigations or other compliance actions. (7) The findings of such an investigation or other compliance action, including amounts found due, may not be altered or reduced without the approval of the Department of Labor. (8) Where the underpayments disclosed by such an investigation or other compliance action total $1,000 or more, where there is reason to believe that the contractor or subcontractor has disregarded its obligations to workers or subcontractors, or where liquidated damages may be assessed under CWHSSA, the Department of Labor will furnish the Federal agency an enforcement report detailing the labor standards violations disclosed by the investigation or other compliance action and any action taken by the contractor or subcontractor to correct the violations, including any payment of back wages or any other relief provided workers or remedial actions taken for violations of 29 CFR 5.5(a)(11) orb 5 . In other circumstances, the Department of Labor will furnish the Federal agency a notification summarizing the findings of the investigation or other compliance action. (c) Confidentiality requirements. It is the policy of the Department of Labor to protect from disclosure the identity of its confidential sources and to prevent an unwarranted invasion of personal privacy. Accordingly, the identity of a worker or other informant who makes a written or oral statement as a complaint or in the course of an investigation or other compliance action, as well as portions of the statement which would tend to reveal the identity of the informant, will not be disclosed in any manner to anyone other than Federal officials without the prior consent of the informant. Disclosure of such statements is also governed by the provisions of the "Freedom of Information Act" (5 U.S.C. 552, see part 70 of this subtitle) and the "Privacy Act of 1974" (5 U.S.C. 552a, see part 71 of this subtitle). 11. Payments (a) Progress Payments: i. The Contractor shall prepare their requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies, to the Owner/Consulting Engineer for review. Except as provided in Paragraph (iii) of this subsection, the amount of the payment due to the Contractor shall be determined by: Page 56 of 66 TWDB-0551 Rev. 6/24 • 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 7.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 invoices prices. Copies of all invoices shall be available for inspection by the TWDB Project Engineer/Reviewer. ii. 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 the contract complete and satisfactory to the Owner in all details. iii. Only one of the following clauses applies: • This clause applies to contracts when the Owner is a District or Authority. The retainage shall be ten (10%) percent minimum of the amount otherwise due until at least fifty (50%) of the work has been completed. After the project is fifty (50%) percent completed, and if the District or Authority's Board finds that satisfactory progress is being made, then the District may authorize any of the remaining progress payments to be made in full. The District is not obligated to pay interest earned on the first 50% of work completed (Texas Water Code Sec. 49.276(d)). • This clause applies to contracts when the Owner is a Public Entity (i.e., not a District and not an Authority). The five (5%) percent 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. (b) Withholding Payments. The Owner may withhold from any payment otherwise due to the Contractor so much as may be necessary to protect the Owner, and if so elects, the Owner may also withhold any amounts due from the Contractor to any Subcontractors or material dealers for work performed or material furnished by them. The foregoing provisions shall be construed solely for Page 57 of 66 TWDB-0551 Rev. 6/24 the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and Subcontractors or material dealers, or to withhold any monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of the Subcontractors by general and special conditions pertaining to this contract. (d) Final Payment. 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. 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 to the Contractor under this contract shall be the amount computed as described above less all previous payments. iii. 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. (See Section 19, Close -Out Procedures.) iv. Withholding of any amount due to the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 12. Equal Employment Opportunity and Affirmative Action This provision applies to Clean Water State Revolving Fund Program projects and Page 58 of 66 TWDB-0551 Rev. 6/24 Drinking Water Revolving Fund Program projects where the contract agreement is for more than $10,000. During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. 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, sexual orientation, gender identity, 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 by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advancements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Page 59 of 66 TWDB-0551 Rev. 6/24 Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) 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 No. 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 may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 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. 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 Page 60 of 66 TWDB-0551 Rev. 6/24 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 Chapter 26, 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 Historical Commission, P.O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor must 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, the Texas Historical Commission, and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor must not resume work in the area of the discovery until authorized to do so by the Owner. 14. Threatened and 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), or the State of Texas Parks and Wildlife Code on threatened, endangered, or state -listed species, or to destroy or adversely modify the habitat of such species. If a threatened, endangered, or state -listed species is encountered during construction, the Contractor must immediately cease work in the area of the encounter, avoid disturbance of the animal or plant, and notify the TWDB and the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions must 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, and implementing other mitigation actions as directed. The Contractor must not resume construction in the area of the encounter until authorized to do so by the Owner. 15. Hazardous Materials Materials utilized in the project must be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing hazardous 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 must immediately cease work in the area of the encounter, take steps needed to prevent contact with the materials, and notify the Consulting Engineer and the Owner who will immediately notify TWDB and appropriate authorities, depending on the circumstances, such as local emergency responders, the Texas Commission on Environmental Quality (TCEQ), The U.S. Environmental Protection Agency (EPA), and others. Page 61 of 66 TWDB-0551 Rev. 6/24 Unless otherwise directed by appropriate authorities, the Owner will be responsible for the testing for and removal or disposal of hazardous materials on sites owned or controlled by the Owner, and may suspend the work in the area of the encounter, wholly or in part during the testing, removal or disposal operations. Funding from the TWDB must not be used for sampling, testing, removing, or disposing of contaminated soils or media at the project site, except for an LSLR project or associated activity directly connected to the identification, planning, design, and replacement of lead service lines. The Obligations within the contract must include an environmental indemnification provision wherein the Owner/Applicant agrees, and agrees to cause its construction contractors, to indemnify, hold harmless and protect the TWDB from any and all claims, causes of action, or damages arising from activities performed during the project funded by TWDB, including their officials and employees, in connection with the project, to the extent permitted by law 16. Changes *Provisions identified with an asterisk below are consistent with Local Government Code 271.060. Counties and Municipalities may modify the identified provisions, when applicable, to conform to Local Government Code 262.031 (Counties) or 252.048 (Municipalities). (a) The Owner may at any time, without notice to any surety, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including but not limited to changes: i. In the specifications (including drawings and designs); ii. In the time, method or manner of performance of the work; iii. To decrease or increase the quantity of work to be performed or materials, equipment or supplies to be furnished; (b) *The total price of a contract may not be increased by a change order unless provision has been made for the payment of the added cost by the appropriation of current funds or bond funds for that purpose, by the authorization of the issuance of certificates, or by a combination of those procedures. (c) *A contract with an original contract price of $1 million or more may not be increased by more than 25 percent. If a change order for a contract with an original contract price of less than $1 million increases the contract amount to $1 million or more, subsequent change orders may not increase the revised contract amount by more than 25 percent. (d) *A governing body may grant authority to an official or employee responsible for purchasing or for administering a contract to approve a change order that involves an increase or decrease of $50,000 or less. (e) Changes that involve an increase in price will be supported by documentation of the cost components. For projects funded through the EDAP program, or Page 62 of 66 TWDB-0551 Rev. 6/24 with grant proceeds, TWDB staff may request this information to be provided in a format equivalent to the Cost and Pricing Information form (No. WRD- 277). (f) Any change orders involving a change in the project requiring a relocation of project components, sizing, or process may require additional environmental approval. A map and description of the proposed changes should be sent to the TWDB Environmental Reviewer for coordination and approval as soon as possible to avoid any delay. 17. Operation and Maintenance Manuals and Training (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor must submit an electronic copy (e.g., PDF) with bookmarks of each complete manual to the Owner's Consulting 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. One (1) hard copy, with divider tabs in a binder, must be submitted to the Owner's Consulting Engineer upon request. (b) The Owner shall require their Consulting Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Owner's Consulting Engineer rejects the manual, the Contractor must correct and resubmit the manual until it is acceptable to Consulting Engineer as being in conformance with the design concept of the project and for compliance with information given in the Contract Documents. Owner may assess the Contractor a charge for reviews of the same items in excess of two (2) times. Such procedures shall not be considered cause for delay. (c) Acceptance of the manuals by Owner's Consulting Engineer does not relieve Contractor of any requirements on terms of Contract. (d) 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. (e) 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. Each manual is 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: A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. ii. A list of recommended stock of parts, including part number and quantity. iii. Complete replacement parts list. Page 63 of 66 TWDB-0551 Rev. 6/24 iv. Performance data and rating tables. v. Specific instructions for installation, operation, adjustment, and maintenance. vi. Exploded view drawings for major equipment items. vii. Lubrication requirements. viii. Complete equipment wiring diagrams and control schematics with terminal identification. 18. As -Built Dimensions and Record Drawings (a) The 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 the Owner with one (1) set of full-size direct prints, marked with red pencil, to show as -built dimensions and locations of all work constructed (Record Drawings) and one (1) full-size electronic set of these drawings (e.g., PDF). As a minimum, the Record Drawings shall include the following: i. Horizontal and vertical locations of work. ii. Changes in equipment and dimensions due to substitutions. iii. "Nameplate" data on all installed equipment. iv. Deletions, additions, and changes to scope of work. v. Any other changes made. 19. Close -Out Procedures To close-out the construction contract and release final retainage, the following steps must be completed: (a) TWDB Staff must conduct a construction contract Final Site Visit (FSV) and issue a FSV Report. (b) The following submittals must be received, reviewed, and accepted by the TWDB: i. The final change order, adjustment of quantities, or a statement that all change orders have previously been submitted and there will be no more change orders; ii. The final pay request from the Contractor; iii. An affidavit by the Contractor that all bills have been paid; iv. Certification by the Consulting Engineer that the work has been completed and was constructed in accordance with the approved plans and Page 64 of 66 TWDB-0551 Rev. 6/24 specifications and sound engineering principals and construction practices; v. Certification by the Owner that the work has been completed and was constructed in accordance with the approved plans and specifications; vi. Acceptance of the project by the Owner in the form of a written resolution, or other formal action; vii. A warranty statement from the Consulting Engineer with a duration of at least 12 months from the date of project's completion is required; and the warranty's start date specified; viii. The Owner's Final AIS Certification (TWDB-1106-C) OR Final BABA Certification (TWDB-1110-B), whichever is applicable; ix. If this is the first construction contract, then a TWDB-1109-A form certifying the Project Public Awareness method and supporting documentation showing the actual signage used (applies to the entire SRF project); x. Confirmation that the Owner has received the Record Drawings from the Contractor; and A If CWSRF or DWSRF funds were used by the entity to prepare a Fiscal Sustainability Plan (FSP) or an Asset Management Plan (AMP), then the Owner must submit a copy of the applicable plan; (c) Once items (a) and (b) have been completed, the TWDB will be able to issue a Certificate of Approval, which will then allow the release of the construction contract's retainage. 20. Additional Forms and Guidance: The forms and guidance documents, mentioned throughout this guidance and below, are available at the following TWDB website: httr)://www.twdb.texas.ciov/financial/instructions/index.asr) Search by either the document number or name. Forms: • Contractor's act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative (ED-104) • Vendor Compliance with Reciprocity on Non -Resident Bidders (TWDB-0459) • Bidder's Certification - EEO (WRD-255) • Monthly American Iron and Steel Certificate (TWDB-1106-A) • American Iron and Steel (AIS) De Minimis Log (TWDB-1106-B) • Final AIS Certification by Owner (TWDB-1106-C) • Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Page 65 of 66 TWDB-0551 Rev. 6/24 Owner (Sub- Recipient) (DB-0154) Guidance Documents: • CWSRF Guidance Manual (TWDB-0100) • DWSRF Guidance Manual (TWDB-0115) • Requirements for American Iron and Steel (AIS) Guidance (TWDB-1106) • Guidance on Davis -Bacon Wage Rate Requirements for State Revolving Fund Projects (DB-0156) Page 66 of 66 Texas Water Development Clean Water State Revolving Fund Loan Program (CWSRF) Program Guidance Manual Page 1 of 25 TWDB-0100 Rev 12/22 TVVDB-0100 Rev 12/22 Table of Contents Acronyms.......................................................................................................................................... 3 I. Introduction.......................................................................................................................... 4 11. Financial Assistance............................................................................................................. 5 III. Intended Use Plan................................................................................................................. 8 IV. Application Phase................................................................................................................. 9 V. Closing and Release of Funds.............................................................................................12 VI. Design Phase....................................................................................................................... 16 VII. Bidding Phase..................................................................................................................... 18 VIII. Construction Phase............................................................................................................. 21 IX. Monitoring Phase................................................................................................................ 25 Forms and Guidance materials referenced throughout this manual are available through the TWDB's website: htti)s://www.twdb.texas.2ov/financial/instructions/index.asi) Use the Search box of the Finance & Construction Assistance Guidance and Forms Library on the webpage to type in the form or guidance number needed. Page 2 of 25 TVVDB-0100 Rev 12/22 Acronyms AIS American Iron & Steel AMHI Annual Median Household Income BAL Board Action Letter CCFI Construction Contract Final Inspection CE Categorical Exclusion COA Certificate of Approval DBE Disadvantaged Business Enterprise DMA Designated Management Agency CWA Clean Water Act CWSRF Clean Water State Revolving Fund EA Executive Administrator EEO Equal Employment Opportunity EFR Engineering Feasibility Report EIS Environmental Impact Statement EPA Environmental Protection Agency FONSI Finding of No Significant Impact GPR Green Project Reserve HCF Household Cost Factor IIPL Initial Invited Projects List IUP Intended Use Plan NEPA National Environmental Policy Act O&M Operation and Maintenance OLA Online Loan Application PAD Planning, Acquisition, and Design PDF Portable Document Format PEFR Preliminary Engineering Feasibility Report PIF Project Information Form PPL Project Priority List ROD Record of Decision RWPD Regional Water Project Development Team SFY State Fiscal Year SOF Statement of Findings SRF State Revolving Fund TAC Texas Administrative Code TCEQ Texas Commission on Environmental Quality TWDB Texas Water Development Board WSC Water Supply Corporation Page 3 of 25 TVVDB-0100 Rev 12/22 I. Introduction The Clean Water State Revolving Fund (CWSRF) Program is administered for the U.S. Environmental Protection Agency (EPA) and the State of Texas by the Texas Water Development Board (TWDB). The program provides low interest loans and principal forgiveness to eligible applicants for activities such as: ➢ the construction of and improvements to wastewater treatment and collection facilities; ➢ projects that facilitate compliance with wastewater regulations; ➢ projects that significantly further the health protection objectives of the Clean Water Act; ➢ projects implementing a non -point source program; ➢ projects replacing customer water meters; ➢ developing and implementing management plans for bays and estuaries, and ➢ projects that provide measures to manage, reduce, treat, or recapture stormwater of subsurface drainage water. This manual provides basic information for Applicant's and their consultants to understand how the TWDB's CWSRF Program works and to comply with the Program's rules and requirements, which are provided in 31 Texas Administrative Code (TAC) Chapter 375. No provision in this guidance supersedes any applicable administrative rule governing the program nor the applicable Intended Use Plan for the program. Page 4 of 25 TVVDB-0100 Rev 12/22 II. Financial Assistance Financial assistance is available for any or all phases of a project, including planning, acquisition, design and construction, and for refinancing existing debt. Based on an evaluation of the Applicant's Project Information Form (PIF), the financial assistance application and availability of funds, the Executive Administrator will make a recommendation that includes the project phase funding to be considered by the Board. Applicants may be required to segment funding depending on the project's readiness to proceed to construction. Phases on the Initial Invited Projects Lists (IIPL) 1. Pre -Design Funding Option (or Planning, Acquisition, Design and Construction) The pre -design funding option allows an applicant to receive a single commitment for all phases of a project. The construction portion of the project must be deemed ready to proceed before funds for the construction phase will be released. 2. Construction Funding Only All projects that were determined to be ready to proceed to construction based on the current status of their planning, acquisition, and design activities will receive an invitation to fund the construction portion of the project. 3. Planning, Acquisition, and Design Funding A project on the IIPL that has not completed planning, acquisition, and design activities and was not deemed ready to proceed to construction may receive an invitation to fund only the PAD portion of the project. 4. Refinancing Funds for refinancing are available when (a) the project complies with all of the CWSRF Program rules and requirements, including evidence that the environmental review and engineering criteria considered by the original lender were conducted in a manner consistent with the criteria in 31 TAC, Chapter 375 and (b) the federal tax regulations allow such refinancing. Loan Benefits and Subsidies The CWSRF Program offers fixed interest rates significantly below the market rate based on the Applicant's underlying credit rating. The CWSRF has two types of projects: Equivalency and Non -Equivalency. Equivalency (Federal Requirements) - A portion of the CWSRF funds must follow all federal requirements. These projects are referred to as Equivalency projects. Page 5 of 25 TVVDB-0100 Rev 12/22 Non -Equivalency (State Requirements) - Non -Equivalency financial assistance is not subject to all federal requirements. They must comply; however, with some federal requirements such as the requirement to perform a National Environmental Policy Act -like environmental review and adhere to all federal anti -discrimination laws. This type of assistance offers less of an interest rate reduction from the applicable market rate than Equivalency projects. Rates for a specific funding year can be found in the applicable Intended Use Plan (IUP). For more information on the IUP, see Section III of this guidance document. Repayment periods can be offered for up to 30 years for any phase of an eligible project, however, the term of a loan may not exceed to the projected useful life of the project. The TWDB also offers multi -year commitments to assist applicants that need to fund large projects over a period of time. Additional subsidization for qualifying disadvantaged communities and green projects may also be available. The total amount of additional loan subsidization available and the eligibility criteria for disadvantaged communities are identified each year in the Intended Use Plan (IUP). The guidance for determining eligibility for the Green Project subsidy, TWDB-0161 0 is available on the TWDB's website. Additional subsidies are highly competitive; therefore, eligible Applicant's seeking additional subsidies should consider the following guidelines for the best chances to receive subsidy: ➢ Submit a Proiect Information Form (PIF) during the annual CWSRF project solicitation period to ensure the project is scored, ranked and listed in the IUP in time for the first cycle of funding invitations. ➢ After TWDB approves the Intended Use Plan, the first round of funding invitations will be distributed. The invitations to apply will include a deadline to submit an application. Make sure to submit a complete application by the deadline. ➢ Be aware that an application which includes additional subsidies funding may be bypassed if it is submitted late or is incomplete. If your application is incomplete, you will have fourteen (14) days from receipt of the incomplete application notice to remedy any deficiency. Due to the high demand and limited availability of subsidized funding, it is imperative that applicants offered these funds proceed in a timely manner. Therefore, the TWDB has established commitment timeframes for projects that qualify and have been designated to receive additional subsidization in the form of principal forgiveness. If an applicant does not proceed through the application process and obtain a funding commitment within four (4) months, the additional subsidization may be re -allocated to another eligible project. In extenuating circumstances, TWDB may grant an extension of time for obtaining a commitment if an applicant demonstrates sufficient reason for a delay. ➢ Stay in close contact with the Regional Team Manager for the latest information on available subsidization and any additional details that may change in the IUP from year to year. The Regional Team Manager is your central point of contact and will work Page 6 of 25 TVVDB-0100 Rev 12/22 diligently to ensure that you are able to capitalize on any and all benefits available to you. ➢ Even though the best chance of receiving additional subsidization is on the initial invitation round, project may be submitted year-round and receive additional subsidization if available. Green Project Reserve: Your project (or project component) may qualify for additional subsidization as "green" if the primary purpose of the project (or project component) qualifies under EPA rules as green infrastructure, energy efficient, water efficient, or other environmentally innovative activity. For further information go to the TWDB Green Project Reserve web page and review the TWDB guidance (TWDB-0161) for determining project eligibility with the Green Project Reserve. Page 7 of 25 TVVDB-0100 Rev 12/22 III. Intended Use Plan The Intended Use Plan (IUP) is produced each year and provides information related to the funds available through the CWSRF and itemizes how those funds will be used. The TWDB accepts project information forms (PIFs) for the CWSRF program year-round. Projects can be added throughout the year until funding is fully utilized, however, the amount of subsidies available generally decreases as the year progresses. Based on the information provided in the PIFs submitted, each project will be scored, ranked and listed on the IUP to be considered for CWSRF funding. Below is a general overview of the IUP process. Additional information about the IUP, including copies of current or past IUP's, can be found on the website at: h"s://www.twdb.texas.2ov/financial/programs/CWSRF/ Page 8 of 25 TWDB-0100 Rev 12/22 IV. Application Phase Pre -Application Meeting Applicants are required to participate in a pre -application meeting that will guide them through the application process. Pre -application teleconferencing is available. The following individuals should attend the pre -application meeting: ➢ a member of the governing body of the Applicant; ➢ the consulting engineer; and ➢ the financial advisor. At the time of the pre -application meeting the applicant will be informed of any required water conservation plans, reports or water loss audits that need to be submitted. Application Information General The financial assistance application can be submitted online using the On-line Loan Application tool. A Microsoft Word version is also available. The financial assistance application is used for all funding programs and includes simple step-by-step instructions of the legal, financial, engineering and environmental information required for TWDB staff to prepare a recommendation to the Board to fund your project. For Applicants who qualify for additional subsidization, it is especially important to submit an application by the date specified in the invitation to apply. Failure to timely submit the application or any additional information requested may result in the bypass of the project on the IUP priority list, which can compromise an Applicant's ability to receive subsidies they were offered. If your project is on the IUP, but you are not eligible for additional subsidization, your deadline to submit a complete application is prior to TWDB approving the IUP for the next fiscal year, typically in August. The Applicant will be notified in writing if their application is administratively complete or incomplete. If the application is incomplete, you will have fourteen (14) days from receipt of the notice of an incomplete application to remedy any deficiency. Engineering A Preliminary Engineering Feasibility Report (PEFR), signed and sealed by a professional engineer registered in the State of Texas, as outlined in the application, is required. During the planning phase of the project, the applicant must provide a final Engineering Feasibility Report (EFR) in accordance to the Guidance for the Preparation of Wastewater Project Engineering Feasibility Reports (TWDB-0556). Environmental During the application phase, the TWDB Environmental Reviewer will determine which level of Page 9 of 25 TWDB-0100 Rev 12/22 environmental review will be required based on the type and scope of the project and the potential for adverse environmental impacts. This assessment will be made based on information provided in the engineering and environmental sections of the financial assistance application. If additional information is required by TWDB staff, a request for supplemental information will be sent to the Applicant (or their consultant) at that time. For additional information about the environmental review requirements of the CWSRF Program, see the "Planning Phase - Environmental Review Process" section of this guidance document. TWDB forms applicable to CWSRF applications: Forms and Guidance materials referenced below can be accessed online through the TWDB's Finance & Construction Assistance Guidance and Forms Library by using the Search box and typing in the form or guidance number needed. ➢ Resolution from the governing body requesting financial assistance (TWDB-0201A) ➢ Application Affidavit (TWDB-0201), or for Private Entities (TWDB-0201P) ➢ Certificate of Secretary (TWDB-0201B) ➢ Water Use Survev ➢ Water Loss Audit ➢ Project Draw Schedule (TWDB-1202) ➢ Project Cost Estimate Budget (TWDB-1201) ➢ Wastewater Project Information Form (WRD-253a) ➢ Assurances — Construction Programs (EPA-424D) ➢ Designated Management Agency — This requires the applicant governing approval/resolution ➢ IF assistance requested is greater than $500,000, a copy of a draft or TWDB approved Water Conservation Plan, including a Utility Profile, is required to be submitted with the application. A TWDB approved Water Conservation Plan is required for loan commitment. Proof of the applicant's adoption of the Water Conservation Plan must be submitted prior to loan closing if not with the application. o Guidance (TWDB-1968), and o Water Conservation Utility Profile Form: Retail (TWDB-1965R), or o Water Conservation Utility Profile Form: Wholesale (TWDB-1965W) If your project will benefit wholesale customers, each of them will also be required to submit a water conservation plan prior to closing or, you will be required to include a clause in your contracts with wholesale customers that they will adopt and submit a water plan that conforms to TWDB's requirements at the time of the next contract renewal or amendment. ➢ Loan recipients must maintain an approved water conservation program in effect and revised as needed at a minimum once every five years. Loan recipients must report annually on its implementation until all financial obligations to the state have been discharged. If the loan recipient is a retail water provider, they will be required to submit a water loss audit Page 10 of 25 TWDB-0100 Rev 12/22 annually until all financial obligations to the state have been discharged. o Annual Reports o Water Loss Audit ➢ *IF assistance is requested from the CWSRF Equivalency Program, you will be required to: ➢ Submit an Architectural and Engineering Procurement Certification (TWDB-1108, TWDB- 1108-A) ➢ Submit a Certificate Regarding Lobbying Activities (TWDB-213) ➢ Provide Certification Regarding Debarment, Suspension, and other Responsibility Requirements, also required of the contractor during construction (SRF-404) ➢ Submit a Fiscal Sustainability Plan Certification Form (TWDB-1700, TWDB-1700-A) ➢ Procure for all prime contracts for services, equipment, supplies and construction, by demonstrating a "good faith effort" towards affording opportunity for Small Business Enterprises, Minority Business Enterprise, Women Business Enterprise, and Small Business in Rural Area participation: o Affirmative Steps Certification and Goals (TWDB-0215) o Affirmative Steps Solicitation Report (TWDB-0216) o Prime Contractor Affirmative Steps Certification and Goals (TWDB-0217) o Loan/ Grant Participation Summary (TWDB-0373) Funding Approval and Financial Assistance Commitment If the application is recommended for approval by TWDB staff, the application is placed on the TWDB Board meeting agenda. The Board's commitment for financial assistance expires on the date noted in the commitment or if no date is noted then the commitment expires after: 100% Bonds/Loan Bonds/Loan & Principal Forgiveness 12 6 months months If you are unable to close your commitment prior to its expiration, you may request an extension of the expiration period. To request an extension, submit a written request at least 45 days prior to the expiration date explaining the need for the extension and proposing a specific date for closing. Page 11 of 25 TWDB-0100 Rev 12/22 V. Closing and Release of Funds Closing After a financial assistance commitment has been approved by the Board, additional legal, financial, and engineering documentation must be submitted to close the loan and release funds. A full explanation of TWDB closing requirements for the CWSRF Program is provided in 31 Texas Administrative Code (TAC) Subchapter G, Loan Closings and Availability of Funds §375.91 and §375.92. 1. Please provide the TWDB financial analyst or Team manager a tentative closing schedule with your preferred loan closing date. 2. Submit the following items to the TWDB for approval at least 20 business days prior to the adoption date of the bond ordinance or resolution by the Applicant's governing body: ➢ Bond Counsel's legal opinion, draft. ➢ No -Arbitrage (Federal Tax) Certificate, draft. No - Litigation Certificate, draft. ➢ Private Placement Memorandum, draft. Proposed bond ordinance or resolution, draft. ➢ Copies of executed engineering contracts and other draft contracts. Sufficiency of funds statement & Release of funds request: o Option A: IF the project is funded 100% with TWDB funds, submit a statement which identifies the funds to be released at closing. o Option B: IF the project is funded with a combination of TWDB funds and other funds, provide a statement as to the status of securing non-TWDB funds and identify the TWDB funds to be released at closing, including a current budget of costs and sources of funds. ➢ IF assistance requested is greater than $500,000, proof of your adoption of your Water Conservation Plan. Page 12 of 25 TWDB-0100 Rev 12/22 ➢ *IF CWSRF Equivalency Program, include the following Disadvantaged Business Enterprise documentation: o TWDB-0216 Affirmative Steps Solicitation Report o TWDB-0217 Prime Contractor Affirmative Steps Certification and Goals o TWDB-0373 Loan Grant Participation Summary ➢ IF applicable, evidence that a wastewater permit application has been filed with TCEQ. ➢ IF seeking release of Design funds at closing: see "Design Phase — Release of Funds" section of this document for requirements. ➢ IF seeking release of Construction funds at closing: see "Construction Phase — Release of Funds" section of this document for requirements. 3. Approximately 15 business days prior to your loan closing date, youwill adopt a bond ordinance or resolution to approve the conditions of the TWDB financial commitment. 4. After you have adopted a bond ordinance, submit the final closing documents 8 business days prior to the closing date to your TWDB financial analyst to close the commitment: ➢ Attorney General Opinion Comptroller's Certificate ➢ Blanket Issuer Letter of Representation (BLOR) ➢ Debt Service Schedule Escrow Agreement, executed ➢ Financial Advisor's Closing Instructions Paying Agent Agreement, executed ➢ Private Placement Memorandum — with all attachments Sufficiency of Funds Statement ➢ Vendor Identification Form ➢ Executed Principal Forgiveness Agreement (if receiving principal forgiveness) Outlay Report, approved Invoices and an outlay report must be submitted prior to the release of funds. Page 13 of 25 TWDB-0100 Rev 12/22 Release of Funds The CWSRF program releases funds as project milestones are achieved. When a CWSRF loan includes a principal forgiveness component, the program operates as a reimbursement program, meaning there is an additional requirement that expenses must be incurred and documented by invoices or other acceptable proof of expenditure before payment will be made. All CWSRF loans require submittal of an outlay report and invoices to document costs for your project expenditures. Funds not eligible for release on the closing date will be held in an escrow account until the required project milestones have been completed and approved. Below is a simplified diagram which illustrates key project milestones during the planning, design and construction phase of a project that are tied to the release of funds: f Planning, Environmental Review Completed & Environmental Finding Issued by TWDB. Engineering Feasibility Report Approved2 RELEASE OF FUNDS: 1. Planning: 2. Design Costs: 3. Soft Costs: 4. Construction Costs: Page 14 of 25 Design / Plans & Specs a Approved N Construction a 1. Advertisement 2. Bids & Contracts 3. Executed Contracts 4. TWDB Notice to Proceed4 � r Pre -Construction Conference Inspections I Change Orders TWDB Certificate of Approval Issued (COA)5 Project Close-out, Final J Accounting J\ Funds for planning and permitting costs can be released once all loan closing documents have been submitted and approved. Funds for design can be released once the environmental review and EFR have been completed and approved and the executed contracts for the design phase have been received. Soft costs can be released (construction engineering fees, inspection, etc.). Construction funds for a contract can be released after issuance of any applicable permits, and after contract documents, including TVVDB-0100 Rev 12/22 plans & specs are approved and executed construction documents are contingently awarded. 5. Retainage: Contract retainage can be released once the TWDB issues a COA. Outlay Report Outlay Reports are required quarterly from the time of closing until construction begins. Monthly reports are required thereafter. Further information on Outlay Reports can be obtained from the TWDB Website at: https://www.twdb.texas.aov/about/contract admin/outlav/ The key policies and procedures may be summarized as follows: ➢ Outlay Reports require invoices. Provide documentation for each reimbursable cost, except the origination fee. If an invoice includes costs associated with a different project, the CWSRF costs included in the invoice must be clearly distinguished. ➢ Within each budget category (engineering, construction, etc.), the TWDB can only reimburse up to the amount approved in the commitment for that category. However, you can reallocate funds from one category to another by requesting a budget amendment from your TWDB Project Engineer/Reviewer prior to submission of an outlay for such costs. ➢ Outlay reports should be submitted electronically to: outlays(&,,twdb.texas.2ov If you are unable to submit your outlay report electronically, then contact the Outlays and Escrows team for alternate submission instructions at (512) 463-5070. Page 15 of 25 TVVDB-0100 Rev 12/22 VI. Design Phase Detailed plans and specifications will be developed during the design phase. Acquisition of the sites and easements and issuance of all permits should be completed by the end of the design phase. Design Phase Submittals The following items must be submitted to and approved by the TWDB Project Engineer/Reviewer during the design phase: ➢ Complete Plans and Specifications. ➢ Engineering Report meeting the requirements of §217.10. ➢ Executed engineering contract for construction phase services, including DBE procurement related documents (for Equivalency projects). ➢ Sufficiency of Funds Statement, if applicable. ➢ Site Certificate, ED-101, signed by the Applicant's Representative. Geotechnical Report, if available. ➢ Site Map showing sanitary control easements, if applicable. ➢ Special board resolution or environmental finding conditions satisfied. ➢ Cost and Effectiveness Certification Form TWDB-1107 and TWDB-1107-A. After the above information is reviewed and approved by the Project Engineer/Reviewer, construction funds can be made available to the Applicant. Design Criteria The 30 TAC Chapter 217, Design Criteria for Domestic Wastewater Systems design criteria must be followed in the design of all work affecting wastewater facilities. The Applicant's Consulting Engineer is required to prepare and submit plans and specifications for review. The TWDB has been delegated the responsibility of performing the design criteria review for wastewater plants and collection systems projects funded by TWDB. A TCEQ discharge permit for a new or expanded wastewater treatment plant must be issued prior to the approval of plans and specifications. Plans and Specifications Plans and specifications must conform with and contain all documents required in the Supplemental Contract Conditions and Instructions and mitigation measures identified in the environmental finding. The conditions for CWSRF Equivalency projects and Non -Equivalency Page 16 of 25 TVVDB-0100 Rev 12/22 projects are *TWDB-0550 and TWDB-0551, respectively. The conditions must be incorporated into the General and Special Conditions section of the construction contract documents. The Applicant should submit one (1) copy of the plans and specifications for initial review. Ultimately two (2) copies of the final plans and specifications will be needed for TWDB approval. The plans and specifications must be submitted as a hard -copy (bound) and must be sealed by a professional engineer registered in Texas. The Applicant should immediately notify the TWDB Project Engineer/Reviewer and Environmental Reviewer if modifications have been made to the engineering report(s) and/or the plans and specifications. Amendments to the EFR may require revisions to the environmental finding(s) and any significant changes to the project scope that occur after loan commitment may require Board approval. A plans and specifications review checklist is available through the TWDB Financial Assistance website at: htti)s://www.twdb.texas.2ov/financial/instructions/index.asi) Search by document name: Engineer Checklist Page 17 of 25 TWDB-0100 Rev 12/22 VII. Bidding Phase Competitive bidding is a widely used method of obtaining and selecting contractors for construction projects. Typically, the use of competitive bidding is mandated by law or regulation. The Applicant and its consulting engineer must comply with Subchapter B, Chapter 252 of the Local Government Code and other applicable statutes. Applicants should consult their legal counsel if there is any uncertainty regarding which specific bidding laws apply to a particular project. In general, the Bid Phase includes the following steps: ➢ Advertising ➢ Pre -bid conference ➢ Bid opening and bid evaluation ➢ Bid documents and TWDB approval to award contract ➢ Contract Award and issuance of Notice to Proceed a. Advertising Authorization from TWDB's Project Engineer/Reviewer should be obtained prior to advertising bids and based on the following documentation: ➢ TWDB approval of Plans & Specifications ➢ Acquisition of all property needed for the project certified on TWDB Site Certificate Form (ED-101) ➢ All permits, licenses, and other legal authorizations required by federal, state, and local agencies. The advertisement for Bids should clearly state the below requirements. For detailed information on language to be used in the advertisement for bids, see ❑ TWDB-0550 (for Equivalency projects) or TWDB-0551 (for Non -Equivalency projects). Davis -Bacon Wage Rate Requirements Davis -Bacon Wage Rate Requirements apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for construction, alteration, or repair (including painting and decorating) of public buildings or public works. See TWDB's Davis - Bacon Wage Rate Requirements Guidance for State Revolving Fund Projects (DB-0156). *Disadvantaged Business Enterprise For CWSRF Equivalency projects, the advertisement must clearly state EPA's "fair share policy" and "fair share goals" as discussed in TWDV/s DBE Guidance (TWDB-0210). Page 18 of 25 TWDB-0100 Rev 12/22 Invitation to Bid The Invitation to Bid (or Instructions to Bidders) should summarize key information about the project. Its purpose is to attract bidders, announce the bidding schedule for the project, and provide sufficient information to enable prospective bidders to determine whether they should obtain copies of the bidding documents. Specific contract wording addressed in the Supplemental Contract Conditions must be included for Equivalency Program (*TWDB-0551) or Non -Equivalency Program (TWDB-0550). b. Pre -Bid Conference Pre -bid conferences help to familiarize prospective bidders with the site and scope of the work on projects. TWDB's Project Engineer/Reviewer should be notified concurrent with Bidders of the date, time, and location of the pre -bid conference. It is advisable that no oral statements be made at the conference that cannot be appropriately reduced to written form in subsequent addenda. Addenda Bidders must acknowledge receipt of all addenda with their bids to ensure that all bidders are bidding on the same effort. Addenda should be issued in an expeditious manner to all document holders of record. If addenda cannot be issued to bidders four days in advance of bid opening, a brief postponement of the bid opening may be justified. The addenda should be submitted to TWDB concurrent with issuance to Bidders. c. Bid Opening and Bidder Evaluation Procedures to follow at the bid opening should be established ahead of time and included in the Instructions to Bidders. The TWDB Project Engineer/Reviewer should be notified concurrent with Bidders of the time, date and place of the bid opening. After the bids have been opened and tabulated, the Applicant and Consulting Engineer should evaluate the bids and bidders according to the criteria and process outlined in the bid documents for determining responsiveness and responsibility of the bidder. d. Bidding Documents and TWDB Approval to Award Contract The TWDB Project Engineer/Reviewer should receive the following information and documents as soon as possible after bid opening and before execution of the construction contract: Page 19 of 25 TWDB-0100 Rev 12/22 ➢ Bid tabulation ➢ Bid proposal of apparent low bidder with Bid Bond ➢ Advertisement and affidavit of advertisement ➢ Consulting Engineer's recommendation to Applicant for award. ➢ Explanation for any rejected bids or other bidding irregularities ➢ Construction inspection proposal ➢ Site Certificate (ED-101) ➢ Vendor Compliance with Reciprocity of Non -Resident Bidder (TWDB-0459) ➢ ❑For Equivalency projects, DBE Documentation ➢ ❑For Equivalency projects, Certification Regarding Debarment, Suspension, and Other Responsibility Matters (SRF-404) After receiving and reviewing the information identified as bid document submittals, the TWDB Project Engineer/Reviewer will authorize the Applicant to contingently award the construction contract. e. Contract Award Document Submittals The applicant/consulting engineer should submit the following documents as soon as possible after contract award and prior to issuance of a Notice to Proceed to the contractor. Fully executed and bound construction contract documents must include the following submittals: ➢ Specifications as approved by TWDB with executed bid proposal ➢ Payment, Performance, and other Bonds with Power of Attorney ➢ Contingently executed Contract Agreement ➢ Proof of Insurance Certificate ➢ Executed Contractor's Act of Assurance, ED-103 ➢ Executed Contractor's Resolution on Authorized Representative, ED-104 ➢ Sufficiency of Funds Letter (if not previously submitted) Page 20 of 25 TVVDB-0100 Rev 12/22 VIII. Construction Phase After approval of contingently executed contract documents, the TWDB Project Engineer/Reviewer will issue a letter concurring with the issuance of a Notice to Proceed with construction. Prior to issuing a Notice to Proceed and before initiating construction, the Applicant should take steps to verify that all prerequisites are in place to ensure construction is performed in accordance with the approved contract documents. The following are steps to help with this goal. Preconstruction Conference A preconstruction conference should be scheduled prior to issuance of a Notice to Proceed and be attended by the owner, project engineer, contractor, and TWDB Project Engineer/Reviewer. The purpose of this meeting is to establish a working understanding among the parties as to the work to be accomplished and to discuss project schedules, milestones, procedures, program requirements, etc., for each construction contract. Applicant Inspection The Applicant should provide adequate inspection of the project under the supervision of a licensed registered professional engineer and require the Engineer's assurance that the work is being performed in a satisfactory manner in accordance with the approved plans and specifications and sound construction principles and practices. The Applicant should require that a thorough, daily log of activities be maintained. The Applicant is responsible for ensuring that all required testing is conducted, observed, and documented. Contractor Claims Awareness, documentation, and communication will aid in prevention and resolution of contractor claims. Loan money may not be eligible for increased costs due to claims. The following construction phase issues are discussed in detail in the Supplemental Contract Conditions applicable to your project (*TWDB-0550 for Equivalency projects, and TWDB- 0551 for Non -Equivalency projects). TWDB Access to Construction Site TWDB personnel shall have access to the project site and any project records or reports. ➢ The TWDB Project Engineer/Reviewer will schedule periodic project site visits. The intent of these visits is to keep the TWDB informed of construction phase activities and progress of each contract. ➢ The TWDB Project Engineer/Reviewer will issue inspection reports. This report will be made available to the Applicant and the Consulting Engineer. Page 21 of 25 TWDB-0100 Rev 12/22 ➢ The inspection report and Construction Observation visits are not intended to relieve the Applicant of the responsibility to provide adequate on -site inspection and engineering review to determine acceptability of the work and is to ensure construction is in accordance with approved plans and specifications and in compliance with the contract documents. Retainage Generally a minimum of 5% retainage is required by law on all public loan contracts (Texas Governmental Code 2252.032). The amount, deposit and investment requirements for retainage are unique to each construction project. If there is any uncertainty regarding specific situations, the Applicant's legal counsel should be consulted. Retainage must not be released or reduced below 5% without the consent of the TWDB. A Certificate of Approval will be issued by TWDB after each contract is finalized and close out materials have been provided to the TWDB Project Engineer/Reviewer. This Certificate of Approval authorizes the Applicant to release the retainage to the contractor. Change Orders The construction contract is between the Applicant and the Contractor and any change orders signed by these two parties become part of that contract regardless of TWDB funding eligibility or participation. Two (2) copies of the change order are to be sent to the TWDB's Project Engineer/Reviewer for review and approval in order to determine funding eligibility. TWDB Staff reviews and approves change orders for the following: ➢ Eligibility of funding ➢ Compliance with design criteria ➢ Avoidance of environmental impacts ➢ A change order resulting in a change of scope of the project that may require action by the TWDB ➢ A change order that may require action by TCEQ Project Records It is in the Applicant's interest to keep an organized system of documentation for the project. Refer to Project Files & Construction Records, WRD-017 for guidance. Operation & Maintenance (O&M) Manuals Preparation of an O&M manual is encouraged and is an eligible use of TWDB funds. We suggest that the final O&M manual should be submitted to the Applicant before construction is 85% complete so that the manual will be available during start-up. For guidance, see O&M Manual Recommendations, ED-006. Page 22 of 25 TVVDB-0100 Rev 12/22 Operations The following are staffing guidelines for your project: ➢ Hire and train operating personnel who will run the facility. They should be available during the later stages of construction and start-up, and if possible, they should have some input into the O&M manual. ➢ Operating personnel should visit the project during construction. Caution them to give no direction to the Contractor. However, their comments and suggestions should be forwarded to the Consulting Engineer for consideration. ➢ Provide operator training prior to acceptance of the facility that includes review of the O&M manual and, if possible, on -site training by supplier's representatives during start- up. ➢ Staffing should be in accordance with the Operation and Maintenance manual. TWDB Closeout Submittals The following information and documents should be submitted to the TWDB Project Engineer/Reviewer prior for TWDB issuance of a Certificate of Approval and authorization of release of final retainage: ➢ A copy of the contractor's final payment request. ➢ Two (2) copies of any outstanding change orders not approved by TWDB to date or a statement that there are no further change orders. ➢ An affidavit by the contractor that all bills have been paid. ➢ Consulting Engineer's certification that the contract has been completed and that the work was constructed in accordance with the approved plans and specifications. ➢ Acceptance of the work under this contract by the Applicant in the form of a written resolution or other formal action. ➢ Notification of the beginning date of the warranty period for the contract and confirmation that the as -built or record drawings have been received from the contractor. Post Construction The TWDB has an interest in the continuing performance of the facility for the life of the loan. ➢ TWDB representatives may make a visit to the facility during the one-year warranty period to assist the Applicant in reviewing performance, operations, and maintenance. ➢ TWDB's Financial Compliance Staff will monitor the Applicant for the life of the loan to ensure compliance with the bond indenture. ➢ The water conservation plan required by the loan should remain in effect for the life of the loan and revised as needed at a minimum once every five years. Recipients of financial assistance are required to report annually on the implementation and status Page 23 of 25 TVVDB-0100 Rev 12/22 of the required water conservation program for the life of the loan. ➢ If the loan recipient is a retail water provider, they will be required to submit a water loss audit for the life of the loan. ➢ TWDB staff will monitor compliance with any special environmental mitigation measures, as appropriate. Page 24 of 25 TVVDB-0100 Rev 12/22 IX. Monitoring Phase The Financial Compliance Staff of TWDB's Finance Division is responsible for monitoring the Applicant's financial stability and compliance from the first receipt of funds until final repayment of the debt. Compliance staff is available by phone to assist all borrowers or grant recipients and can arrange a visit to the Applicant's location to assist in financial compliance matters. For questions regarding Financial Compliance requirements, or to request assistance, contact Carleton Wilkes at (512) 463-4189 or carleton.wilkes@twdb.texas.gov. Major Goal Financial Compliance's goal is to provide the TWDB with reasonable assurance that all grant and loan recipients continue with agreed upon terms of any debt or grant agreement, and that loan recipients continue to have the ability to repay debt in a timely and agreed upon manner. Loan Monitoring Financial Compliance monitors loan activities, including reviews of annual financial reports (audited financial statements) of every entity in the TWDB's portfolio. In addition, Financial Compliance can arrange on -site assistance if appropriate. Project Monitoring Project monitoring activities include reviews of final accountings which are a recap of the sources and uses of funds provided usually at the completion of a project. In addition, Financial Compliance reviews federal Single Audits to assure that relevant federal requirements associated with the funds are met as indicated by the required Single Audits. In addition, Financial Compliance reviews federal Single Audits to assure that relevant federal requirements associated with the funds are met. Single Audits are required each fiscal year the debt is outstanding, leading up and including the year Final Accounting is completed. Page 25 of 25 TpjaslNaterO Development Boats American Iron and Steel (AIS) Guidance for Clean Water & Drinking Water State Revolving Fund Projects This document is not a comprehensive representation of the federal requirements. For complete details of the federal requirements visit: httos://www.et)a.2ov/cwsrf/state-revolving-fund-american-iron-and-steel- ais-requirement In any instance when there may be a discrepancy between this guidance and the actual federal requirements, program participants must adhere to the federal requirements. TWDB-1106 Rev 05/19 Table of Contents Overview.............................................................................................................................................. 4 EffectiveDates.................................................................................................................................... 4 United States (U.S.) Environmental Protection Agency (EPA) Guidance .......................................... 5 Covered Iron and Steel Products......................................................................................................... 5 Waivers................................................................................................................................................ 6 WaiverProcess......................................................................................................................... 6 Compliance.................................................................................................................................................... 7 TWDB Compliance Procedures..................................................................................... 7 Recommendations and Best Management Practices................................................................... 9 Attachment 1: American Iron and Steel Requirement Guidance (March 20, 2014) ............................. 10 Attachment 2: Questions and Answers Part 1: Valves and Hydrants (May 30, 2014, updated October27, 2015)............................................................................................................................. 11 Attachment 3: Questions and Answers Part 2: Products, Projects and Process(September 10, 2014)......................................................................................................... 12 Attachment 4: Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings (March 16, 2015).................................................................................. 13 Attachment 5: EPA Approved Waivers............................................................................... 14 a. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014)............................................................................ 14 b. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014)...................................................... 15 c. Short -Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 18, 2015) ........................ 16 d. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) ............... 17 e. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling) (October 27, 2015).................................................................................... 18 f. One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) .. 19 g. One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (January 18, 2017) .... 20 TWDB-1106 Page 2 of 33 Rev 05/19 h. Final Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (August 24, 2018) .................... 21 Attachment 6: EPA Waiver Request.................................................................................................... 22 Information Checklist for Waiver Request....................................................................... 22 EPA Checklist for Waiver Request.................................................................................................. 23 Attachment 7: Construction Contract Language.................................................................... 24 Attachment 8: Sample Certifications................................................................................... 25 Final Manufacturer Certification - Version 1 — AIS Products Delivered to Project Site ................. 26 Final Manufacturer Certification - Version 2 — AIS Products Purchased from Supplier ............. 27 StepCertification........................................................................................................................................ 28 Step Certification Letter........................................................................................... 28 StepCertification Log.............................................................................................. 29 DeMinimis Log......................................................................................................... 30 Attachment 9: American Iron and Steel Certificate........................................................................ 31 TWDB-1106 Page 3 of 33 Rev 05/19 Overview It is the intent of the Texas Water Development Board (TWDB) to ensure that applicants, consultants and contractors are provided with procedures and recommendations for implementation of the American Iron and Steel (AIS) provisions for the Clean and Drinking Water State Revolving Funds. These provisions are currently contained in Section 608 of the Federal Water Pollution Control Act (33 U.S.C. § 1388) for the Clean Water State Revolving Fund (CWSRF) program and in federal laws, including the federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable, for the Drinking Water State Revolving Fund (DWSRF) program. The AIS provisions require CWSRF and DWSRF assistance recipients to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance, or repair of a public water system or treatment works. For the CWSRF program, the AIS requirements apply only to the construction, alteration, maintenance, or repair of treatment works 'projects. For the DWSRF program, the AIS requirements apply to all public water system projects. Based on the statutory provisions, the effective date depends on the date the TWDB loan was closed and varies by program. Effective Dates CWSRF: If the loan closes on or after October 1, 2014: (a) If the Plans and Specifications for the project were approved by Exempt from AIS TWDB prior to June 10, 2014 (b) If the Plans and Specifications for the project were approved by TWDB on or after June 10, 2014 AIS applies DWSRF: The American Iron and Steel provisions generally apply to any financial assistance closed on or after January 17, 2014. There may be statutory exceptions to the AIS requirements based on the date of approval of plans and specifications by a state agency. The entity should contact the project's Team Manager or Project Manager if there are questions regarding AIS exceptions. CWSRF and DWSRF Planning, Acquisition, and Design funded separately from the Construction Phase: If the original loan for the planning and/or design of a project closed prior to January 17, 2014, then the AIS provision would not apply to the construction phase of the same project. i. "Treatments works" is defined in 33 U.S. Code § 1292 (2). TWDB-1106 Page 4 of 33 Rev 05/19 United States (U.S.) Environmental Protection Agencv (EPA) Guidance EPA has provided guidance through the following resources: 1. American Iron and Steel Requirement Guidance (March 20, 2014) (Attachment 1) 2. Questions and Answers Part 1: Valves and Hydrants (May 30, 2014) (Attachment 2) 3. Questions and Answers Part 2: Products, Projects and Process (September 10, 2014) (Attachment 3) 4. Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings (March 16, 2015) (Attachment 4) 5. EPA's American Iron and Steel webpage - httDs://www.ei)a.2ov/cwsrf/state-revolving-fund- american-iron-and-steel-ais-requirement Please contact TWDB with any questions regarding applicability of AIS requirements. Covered Iron and Steel Products If the project receiving CWSRF or DWSRF funds must comply with the AIS requirements, then all covered iron and steel products must be made in the United States, no matter whether the CWSRF or DWSRF was the source of funds used to purchase a particular covered iron and steel product. The entity may not use funds from non -State Revolving Fund sources, including the entity's own funds, to pay for a non -compliant iron or steel product used in the project. AIS requirements apply to the following products made primarily of iron or steel, permanently incorporated into the public water system or treatment works: • Lined or unlined pipes or fittings; • Manhole Covers; • Municipal Castings; • Hydrants; • Tanks; • Flanges; • Pipe clamps and restraints; • Valves; • Structural steel; • Reinforced precast concrete; and • Construction materials. Mechanical and electrical components, equipment, and systems are not considered iron and steel products, and are exempt from AIS requirements. Mechanical equipment is typically that which has motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system. TWDB-1106 Page 5 of 33 Rev 05/19 Waivers AIS provisions permit EPA to issue waivers for a case or category of cases where EPA finds (1) that applying these requirements would be inconsistent with the public interest; (2) iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent. EPA has granted nationwide waivers, which are attached hereto as Attachment 5: 1. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014). The De Minimis waiver permits the use of products when they occur in de minimis incidental components to the project. Funds used for de minimis incidental components cumulatively may not exceed 5% of the total cost of the materials used in and incorporated into the project; the cost of an individual item may not exceed 1% of the total cost of materials used in and incorporated into the project. 2. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014) 3. Short -Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 18, 2015) 4. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) 5. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling) (October 27, 2015) 6. One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) 7. One-year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (January 18, 2017) 8. Final Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (August 24, 2018) EPA's American Iron and Steel webpage includes any waivers issued - httos://www. ei)a.2ov/cwsrf/state-revolviniz-fund-american-iron-and-steel-ais-requirement Waiver Process EPA has implemented a waiver application process to allow the State, on behalf of the applicant, to apply for waivers of the AIS requirement directly to EPA Headquarters. Only waiver requests received from the State will be considered. A waiver application may be submitted at any time during the project, however until a waiver is granted by EPA, the AIS requirement stands. TWDB-1106 Page 6 of 33 Rev 05/19 In order to apply for a project waiver, the assistance recipient should email the request in the form of a Word document (doc) to the TWDB project engineer. Proper and sufficient documentation must be provided by the assistance recipient. After receiving an application for waiver of the AIS requirements, EPA Headquarters will publish the request on its website for 15 days and receive informal comment. EPA Headquarters will then determine whether the application properly and adequately documents and justifies the statutory basis cited for the waiver — that it is quantitatively and qualitatively sufficient — and to determine whether or not to grant the waiver. EPA will notify TWDB that a waiver request has been approved or denied as soon as such a decision has been made. Approved waivers will be posted on the EPA website. The applicant should keep a copy of the signed waiver in their AIS Certification File. COMDRance In order to ensure compliance with the AIS requirement, specific AIS contract language must be included in each contract, including the construction material purchase agreements. The applicant should be aware that AIS requirements will apply to the project through the TWDB commitment resolution. It is the applicant's responsibility to assure that all construction and purchase contracts are executed in compliance with AIS, and a record of all forms and certifications necessary to demonstrating compliance with AIS is maintained. To demonstrate compliance with AIS requirements either the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the United States, or the applicant may use step certification process, similar to the Federal Highway Administration. The applicant is also responsible for monitoring De Minimis Logs to ensure all iron and steel products listed on the log meet the requirements of the EPA's De Minims waiver. TWDB relies on self -certification by the applicant to document compliance with AIS, and requires the applicant to submit a Monthly American Iron and Steel Certificate of Compliance Submittal with each outlay report covering requests for funds associated within construction contracts. Failure to submit the Monthly American Iron and Steel Certificate of Compliance could delay the release of funds. TWDB Compliance Procedures In order to be in compliance and satisfy TWDB's requirements for implementation of AIS requirements, entities will need to do the following: The applicant shall prepare and submit any waiver request to the TWDB project engineer. TWDB will forward all requests to EPA. Any waiver to the AIS requirements must be issued by the EPA. A checklist detailing the types of information required for a waiver to be TWDB-1106 Page 7 of 33 Rev 05/19 processed, and EPA's waiver determination checklist is attached as Attachment 6. 2. Applicants shall include the following language in the advertisement for bids for all applicable construction contracts funded by the TWDB's DWSRF or CWSRF: For CWSRF, include - Any contracts) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act (33 U.S.C. §1388). " For DWSRF, include - "Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.0 §300j- 12(a)(4)), as applicable. " 3. Applicants shall include the AIS requirements in all applicable construction contracts, which are attached as Attachment 7. 4. Applicants shall include the following language on the General Notes Plan Sheet(s). For CWSRF, include - "This project is subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act (33 U.S.C. §1388). All iron and steel products for construction, alteration, maintenance, or repairs incorporated in these plans must be produced in the United States" For DWSRF, include - "This project is subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts and Section 1452(a) (4) of the Safe Drinking Water Act (42 U.S. C. §300j-12(a)(4)), as applicable. All iron and steel products for construction, alteration, maintenance, or repairs incorporated in these plans must be produced in the United States" 5. The applicant and prime construction contractor must obtain certifications from the final manufacturer that delivers the iron and steel product to the worksite, vendor, or contractor asserting that all manufacturing processes occurred in the United States (Version 1 of the sample letter on page 26). For products not delivered to the project site, the applicant and prime contractor must obtain the Final Manufacturer's certification from the supplier (Version 2 of the sample letter on page 27). The supplier must certify that the projects being provided to the contractor for the project are AIS compliant and the contractor and applicant must retain copies of the supplier's certification. Note: EPA has determined that a comparable manufacturer's certification letter that makes reference to the USDA Rural Utilities Service Water and Environmental Programs' American Iron & Steel requirements instead of EPA's AIS requirements would be acceptable. TWDB-1106 Page 8 of 33 Rev 05/19 6. The prime construction contractor and applicant are responsible for inspecting iron and steel products for any readily visible identification labels indicating the country of origin. 7. The prime construction contractor and applicant will be required to maintain a file that contains the certifications from the final manufacturers, any approved waivers, and the De Minimis log. This file must be available for review by TWDB representatives. Sample Certification letters, step certification log, and De Minimis Log are included in Attachment 8. 8. The applicant must submit a Monthly American Iron and Steel Certificate of Compliance Submittal with each outlay report requesting funds associated with construction contracts (i.e., covering construction -related invoices), attached as Attachment 9. 9. The applicant will provide a final certification, after the completion of the construction contract and prior to issuance of a Certificate of Approval by the TWDB, stating the project was completed in compliance with the AIS requirements, Attachment 10. Recommendations and Best Management Practices The following recommendations are not required but should be considered by the applicant in implementation of the AIS requirements: 1. AIS requirements should be addressed in the engineering feasibility study to determine availability of AIS products, and determine if any requests for waivers need to be initiated. 2. While a waiver application maybe submitted at anytime during the project, the applicant should consider EPA's review schedule (15-day comment period plus review time) when scheduling projects. It is not recommended to request a waiver after the advertisement for bids or start of construction unless absolutely necessary. 3. Develop procedures for maintaining a record of AIS documentation. 4. Distinguish separate bid items that must comply with AIS requirements on the Bid Form. 5. Consideration of AIS compliance documentation when developing the contractor submittal procedures for shop drawings, material lists, and manufacturer certifications, etc. 6. Discuss AIS requirements during pre -bid conference and pre -construction meetings, to address contractor's responsibilities, and availability of iron and steel products needed to complete the project. TWDB-1106 Page 9 of 33 Rev 05/19 Attachment 1 - American Iron and Steel Requirement Guidance (March 20, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) ♦TxY•3 Yr 91jS' UNITED STATES ENVIRONMENTAL PROTECTION AGENCY �5 WASH:VGTOV, D C 734& NAR 2 0 209 ME-MORA DLTD'I 1.:11JI C I, irnplerritxi14fionofARicrigun lranand 5kclpr:ii.iSioasOFP.1, {'crilsolidated,3PPTL)prii_liiins Aei,2U14 FROM. { AnJm 13. Savlye.,s, llirecrot Of 1pc� ofW.%-, vator hfmagen,c31x (,Q4)1 Puh_w C. Cirt:valL. DireL wt 4F44ewlt� Ofticc 0rQround '+Water and lin.k.irp! Watcr (401M) TO: %VUWF V antagcrnrut Nyisiur Dircctom P.T._ 11 3-7G. C oiis.al idawd Appropriations Act, 2-A4 (Act), iiiciudcs an -Articrivm: Tn}13 and SL=1 ( T.9)" rryuir-.3nerLL in wutiori 416 L1iw Toquimt Clran'Walor State Re}rclvingLoan Fund ',CWSRFjand T.)rinkiiq Ww"Swe Revolving T.oartFund (1AVN F,F) arssist&ance recipients tc use _rr n and swel products. that are produced in the. Ulutei Siatos fcr projects for the construcrion, alteration: maiatcLign e, or repair of a public watts sy5ir_rl or treatlnc3t xrorks if thfi project :s fundoi through au assi5tanc3 A .Try,.m; nr c:x;.r.ntrd he ginning Jaiikiary 17. ?0' 4 (rnnonim xt of #Itc. Act). thm-RiLjh thr clid n1-FcduTal Fisesl You 2014. ticction 436 also scis foill. Oi L LL 3 C1LlOWILSUILC S { I&L '? iLi li. E?A LL:a+' WL91 VC 1,c .`hlS rGquimrmL. PurthL'IIllom. Lhc. ?act STCUif uel1Y' C-=pLS prgjc4ts Whure :'ri,ohwurfiig plwv,� xxt SpeLJ F1Lf:LL ono v;' rr EIppruwcd by a Shale ugMCV prior LU JtanuarV ] +L 2014_ The alrprnach descrihec lie Icwexplaiw, bt)w I -.?A Wil' iriplt wem.lhe AI`ti fcquirinnenr. The tir€t saectinn i; in me €orin of quesdons and ann veers that address the types of l)rojccta that inust comply witll toe AIS requimniam, the nrpes of prodrrcn co-=_d by tl-c ATS rxquiwru,;-t, al}d compliaaicc. Tixc ae.oud swtio-) is a step-by-51c1) pmc cos fcrr recluc- i ng wai,.—v-S and #lac -c1rr L:1y=kn=Li rindcr wliich wai'vGrs maybe Framed. Lxyrt,. Adi�-'Ur.L'-'� ' ,eaa grn ftecyi4a,d1 uDW latft • Pr-rkd %ih.Vb Ft;iM ..I R.x9J ✓,6 d+�GC'�. Ratesa:ru Rei. Przxe =;r" TWDB-1106 Page 10 of 33 Rev 05/19 Attachment 2 - Questions and Answers Part 1: Valves and Hydrants (May 30, 2014, updated October 27, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) May 30, 2014 American I ran & Steel (AIS) R ea uirement of the C. r. ' . .:.I A .. _ . < ' . : Act of 2014 (Public Law 11 3-'S) O&A Part 1: Vahyes and Hydrants Ql: Does the AIS requirement of the Consolidated f .. _ . t :. Art of 2014 require minor, miscellaneous _. _ . _ within a covered valve or hydrant, such as nuts, halts and washers, to he made in the U.S.J Al: The defintion of "iron and steel products" that must either be domestically produced orsub)=to a wa iver in order to comply wrth the AIS requirement of the Consolidated A .. .. ..' . _. Act of 2C14 Question 1 has been superseded by the National Minor Components Waiver signed an October 27, 2015. This waiver can be found here: h#tys:/fwww.eya.covlsiteslaroductionffcies/2C75- 101documentslminor components waiver sinned 10 27 15 508.jpdf t procrucrs - mar rrtusc enner oe m ane anmescicauy, or oinerwim m ust comply warr cne Ain requi remenc. Th e m inor compon en is represe nt a ve ry smatl . _ _ _ ; _ of the i rare a nd steel in the hydrants and valves that are defin ed as "iron a nd Ewe I prod ucrs_" These minor _ . .. _ -.,which EPA has lea med through our research are currently diffxult to find domestically in sufficient quantity, such as minor nuts, bolts, and washers, are not required tD be of U.S. origin. Q2: Do the actuatonicantrol systems attached to valves have to comply with the AIS requirement, or just the valve itself? AZ: The Al S requirement of the C _ 3 . _ t . _ I A.. .. r .' _ s Act of 2014 includes valves in its definition of iron and stee I products" that recipients must make certain are either domestica Ify made or subj ert to a waiver in urderta eomplywiththe AIS requirement. Actuators and control sysberns are not included'an the definition_ Onlythe valve itself is required to he either domestically produced orsubject to a waiver in orderta be compliant withthe AIS requirement. Absent a waiverr EPA considers valves arrd hydrants to be domestically produced if the signifibant iron and steel __ .. _ , of a covered valve or hydrant— the hodyr bonnet, shoer stem, and wedge}discfgatefball — if made of iron or steely is produced in the U_S_ See Q1 above for a discussion about minor _ . . _ _ The valves and actuators, while often purchased and shipped together, are two unique products that are < . F _ .. _,I separately and tMcally attached togetiher during the final step of the process. Valves are included in the definition *f"iron and steel products" in the AIS _. ' _ _ . Actuators, whether manual, electric, hydraulic or pneumatic, are oat listed as an "iron and steel product" under the AIS _.. _ _ . ofthe C. `.x ._ l A .. .. , � Act of 2014, norare they considered construction materials_ Therefore, they do not need to he domestically produced in the US. in order[* comply with the requirement_ i*f2 TWDB-1106 Page 11 of 33 Rev 05/19 Attachment 3 - Questions and Answers Part 2: Products, Projects and Process (September 10, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) Rn Mmdwr 10, MIA AmericaR Tram & Steel JA%J Requirernentofthe ConsorHUcBdApprapriai a Art aF2014 I Flu b lic Law 1 f 3-76 f Q$Ai Part 2 PRODUCT QUESTTON5 1. Q: Da all fasteners qualify for de minimis exemption? A., No. There is no broad exemption for fasteners from the American Insn and Steel (AIS} requirements. Signir¢a nt fasteners used in 3RF projects are not subject to the de mini mis waiver for projects and must comply with the A2 requirements. Signifi-cant fasteners include fasteners produced to industry standards (e g.r ASTM standards) andfor project spe€ificatiorns, special ordered or those of high value- When bulk purdiase of unknown -origin fasxeneis that are of incidental use and small value are used on a prnjedr they may fall underthe national de minimis waiver for projects. The list of potential items could he varied, such as big-booardware-store- variety screws, nails, and staples- Thrz key diararberistics of the items that may quality for the de- m inimis waiver would be items that are incidental to the project purpose (such as drywa II s€maws} and nut sipificarnt in value or purpose (such ors onmman naiLs or brads)- See the following: htto:)lwater-eoa.eovJerants fundlnefuoloadiDeminimis-Waiver-(3-IS-14-odf. EPAalso dia ifiiesthat minor components of two listed produ its — vases and hydrants — may rrot need to meet the AISrequirements if the minor components compromise a very small quantity of minor, low-cost fasteners that are of unkn own origin- See EPKs questions: and answers on the subject at the following: htta_flwater.eoa.erwivranrc funding?ua±oadlAlS-DandA-Part-1--+alwes- and-I vdrants-final.odf- 2. Q; Does PCCP pipe have to be domestically produced? A: Yes. Pre -stressed co n€rete cy" i nde r pipe (PCCP) or other sim ilar concrete ryli rider pipes would be comparable to pre -cast con€rete whidn isspe€ifi€ally listed in the Consnlidatred Appropriations Act of 2414 as a product subject to the AIS requirement- 3. Q: If the iron or steel is made from recycled metals will the vendor/supplier have to provide a certification document certifying that the recycled metals are domestically produced? A, No. Recycled sou roe. materia Is used in the production of iron and stee I prod ucts do not have to came from the U.S- Iron or steel soapr for instanter are considered raw materials that may came from anywhere- While certification is not required for the raw material, EPA does recommend that additional final proaessi ng of iron and steel be certified to have occurred in the U.S- 4. Q: Do tanks used for filtration systems, ifdefivered tD the construction side separatety and then filled with filtration media onsite, have to he domestically, produced? TWDB-1106 Page 12 of 33 Rev 05/19 Attachment 4 - Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings (March 16, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) Mauch 2015 American Iron I4 Steel Requirement for the Clean Water and Drinking Water State Revolving Funds QB:A part 3 For LWrRF and DW5RF: On January 17, 201d, Public Law 113-76, the "Consafiduted Apprapriatio Act 2014,"was enacted and induded an American iron andSteel requirement for the Clean Water acid Drinkfng 4WaterState Revolving Fund programs through the end of fiscal year 2014_ Since then, the A15 requirement has continued for both programs, but through different statutes, with a few changes as described in the questions and answers provided below. For CWSRF.- On lure 10, 2014, the Wo ter Resources Reform and Development Act amended the C7earr WaterAa to include permanent requiremen=for the use ofAlS products in CINfRFassistance agreements. Section 608 of the CWA now contains regafreme= for Al5 that repeat those of the Consolidated Appraprk&ons Act, 2014_ AU CWSRF assistance agreements must comply with Section 608 of the CWA jar implementation of thepermanentAZ requirement_ For DWSRF: On December 16, 2014, the President signed Public Law 113- 235, the "Consolidated and Further Continuing Appropriations Actr 2015," which provides fiscal year 2015 jufl-Year appropriations through September30, 2015_ This faw continues the requirementfor the use ofAl5products in OW5RF assrstance agreements through September30r 2015 CWSRF PROGRAM 1. Q; The Water Resources Reform and Development Act amended the Clean Water Act t-D include permanent requirements for the use of AIS for CWSRF funded assistance agreements. Does the CWA inol ude an exemption for pl ans and specifications approved prior to the enactme nt of the legislation similar to the exemption included in the Consolidated Appropriations Act f;CAA} 2014? A; Yes. The WRRDA amendmenttothe CWAr whi€h included AIS requirements, included a Simi' ar exemption as the CAA 2014_ For any CWSRF assists nce agreement signed o n or after October 1, 2014, if the plans and specifications were approved prior to June 10, 2014;the enactment of WRRDA), then the project is exempt from AIS requirements. for assistance agreements signed prior to October 1, 2014, the previous dates in the CAA 2014 apply (see March 20r 2414r AIS guidance document). If a project does not requare approved engineering plans and specifi€ationsrthe' hidadtertisement date will count in lieu of the plans and specificmiorrs approval date for purposes of this exemption in Section 608 f _ The folkrwing table summarizes AIS exemptions based on the plans and specifi€atians approval date for CWSRF funded projects_ 3/lfi/2415 TWDB-1106 Page 13 of 33 Rev 05/19 Attachment 5 — EPA Approved Waivers a. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document). 6� r UNITED STATES ENViRC N MENTAL PROTECTION AGENCY t kNASHING-FdN D.C. 7346D ;:F I L::t CIF •V-1 ' k 4 DEC]ISMN MEMORANDUM ,'!U Ec . D3e 'v3inimis Wmb,,erofSection 436 ofP 1 - 113 -76. Cattsolidatt,J.,4ppruVriutiora Act (CAA), 2014 FROM: Nancy h- Storier- A-ctinu Assistant AcIrninislrxto_ Tl e'EPA is hrrebv gnmling a raatioivdde WELiVt�f PLlrSWnt Lo due --Am. ricaa Iron mL-J Steel (-11S)" requirements o= P,L- 113-76, Ccinsolidnted ;�Lpprup+riiuiutks AU, 2014 (.tic[), tecdorL 436 under the atcharity ,of Section 436(bXl) (public inlcrt�st waiver) for do rnirimv incidental components ot'eligiblc water uifrasrlrcLure projects, This action permits the use arpi%odiim wftcn they occur uti do mmiFnis incidental Gompancuts of SLLva projects timded by the Act that mAy othcrwisc bc. prohibited under wv Lion 436(a), Funds used for such & mininiis incidental WMPuncnts ULlrnulaalikrely TMVY Comprise no inure than A Wial of 5 per -nt of the letal ws4 of IJhe inw,ariels -jsed in and ineorporated 1n6.7 a pmjeet; the cost of an individual item ivay not exceed l percent of the tot:aJ cost of the maxerials u sad in and incorporated Jnto a proje= P-T.- 11:r-76, C'onsoliciaked % Ad, 2014 (Ar-L), includeac zkn -spine[=gym Iron Lmd Stael" (ATS) requii%ement in section 436 that requires C:le-a:ti NVatea State RC -olviug Loan f`tInd (C1br4KF) and Onnking W4.ter 4tatu Revolving Loan fund JI)W {f ] amistatuce rccipicnts to use specific dolrestic ir011 and sLCC] prcdue(s that arc produc-] it the CTnita] SWcb if the prQj'<d is funded threw& an assistance a ocmcitt exscutcd bcehioinp January 17, 2014 1 etiacinwF1t of the Act), tF:rnkq!Iti the-sncl of l:iLu!ml -%c•Nr ?014, uniesx the nvtncy delcrrninex it ntccsso-ary to wnive Llr.s rcgLiir-,1ncn1 bm&d on findings ant 1;mh irL Seefickt 436(b). Tht! Ac:t state•3, "ittle T-uqu_rnmenLs] Shull no'. apply in any case o_ oategoru of cases in which the Administrator of che. Enviru,auu:utalI'LOtCeliOLL cncy..,firtdsth&--(1)appl}ingaulxscctioniza)wwo'Abo inconsistent -Leith the public inl=s1"436(bXl). In iinplarnenting metian 436 oftlie Am. die EPA Lnust cnsurc that the .section's rcquircrncnm are applied consistent witli coner,lwjor,al intent in tulopling this s*viun And in the brvwdt T k;unL'};I cal - the purperscs. objcclivcar an.] Lrthar pnwisionljappIiea le to pTo.jtctR zurlded under the S11F. %k'LLLrr inliastfucture projects typic Illy cnnwil a re-at:tiTly sim]I nunibL.r of high -MO uomporients In orperaced into rho pro-.W. In bid solicitaxions for a pre jzot, thasc high -cost cuuLFw,tuuLsarc Wnci-a113v dzscribcd indcWl viz. projsct spcoiFictcchatiir . #Pccifica_ions. Pnr Llic- ' major 3oEnponcxns, utility owam turd lhcir i:UnlnuLvn; urC �L rpumll V furnihiv -.%riLh p,p conditions of avallability, lhu polcntiril allcrnalives for each dettiled Spec: ficatirary the arproximaic cost, and Lhacowilry ofmanufa4ture of theavaiIal) le cnlrtt nnents. 7 a-ct 4ar.r::s-'JiL;-- Mww �u:c+d RecyrlrG�P,erS+c :�Ler �!ioleo �tGirk ULisr-M1-ks cr x F�alrxaLmer r-4,r�,l:hlaTt `see -.yarO �SFe: TWDB-1106 Page 14 of 33 Rev 05/19 b. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) UNITED STATES ENVIRONMENTAL PROTECTION AGENCY IMASHINGTON. U.ti. 2 OGE OFFICC crwr,,rcR DIY AII-;41IlRANDTJNT SUWLC ' Pl..Y, d W.rirer o['Sectian 4� Q�f P,L, 1 13-76, {'01N01i(Latrrd A3p=iaN1iJ6U1R,A L(C:AQ, 4014 -. FROM: ' ancv K. Slonery !acting Assistfinl Aclministrat � The CPA is l7i=r v gmltble a notionwidc waivor eftkte Ajneritun Iran and Stcr.] i%Zquircrr„cnL pun anL -si Sa tion 43.6(b)(1) (public inLeT1:%t vMiVcr), oftlic CIA IN01idatitd AppropriaLions Act (CAA), 2014, for eligible prq:!LULs .1LaL Iud erlgiomri-ig plaits and specificwions submitted Lo an appropriate crate agency pror to 91id inciudirg Jariory 17, 2014, the date of errocirnmi 4 dic CAA. and approves hetween. ;Lad iacluding January 17, 2014, and the d;mc of ihi s Waiver, inhere the stale agency that approre.d ruckt plans and specitica:iNI:s [lid sLF tmr cr the nornkl crrurge ol- huginem for that agcney. 'I his acri r,o ptrrmits the use of jinn-d(,.rrieg6u iTam and .qir-wr products in such pro .jettq li,nded by a Oc,i y-orDritnkirlg LVatc-r Statc Rc�.oJving 1''Lnc duE may athoi-wise be pmhibited under section 436. If a pmject dims n„r rrgiurc appfowd eu�.inerrin1- pl:rnrc and s-pwcificatioos, Me Pai d a�l� iyernc°rlt datc,YMcouni in lieu L)f O-v plans -tnd specifications arlrr val JaLc forpurposes ofttu; rtiatifm;tl W A-VLr. The ha;is far the nAcx Wide wrli}rcr is that due to the unuwli :.iwy ahont %vl et]ter uli American Irma and Stej�1 regtlireme-3t woulLt tic included in r11is }Ieae , fppropriation, potential assistance Tccill-i c-3ts did not havt the oppUrtuzily L.r l:darl fQT .3 rOssi ble zi merium Jmn and St, cO TV quirtxnoit. 'UntiI demiled guidrukve •A-w issued, Jx)ttotiaI assistance zecipieiaS were unable LL) vilitiiL bidx from aurisLruclion fnTm vr1Tb appropriate detirritipns oCk:,y renns contained in (: tt CAA laneuage_ Additionally.proJcus that submitted engirreerirrgplmi5 arid spc.ifickons :grit}r to and mcludwg January 17, '-'1114. withou l know1cdge of .he Ameri Can iron rind Stcc] Tequiremcmt, and %Yth the anticipat on that Rush plans wutlld tic quickly apIy,nyad_ but such appr,rval (lid rit}L ou irr until on cr F+ffEr Januwy 17, 2014, W01Lid }lC`. Ir..glail'4.fi io JWesigu r]en-jenls of the proje€t, 1ii4eslic�ii.e Pn-1L nI MI damcst:r. products, revise enginerring drawir.;!S and bid spocifrcat_ons, aiLd resubu]it suL!13 plans and Rpo [f3cm iom for appro4111, Lhk~-mby dclayingVhc, initiation 4f Cfin3tructi0rl stlbtiLartitLly. Thou- projects whkli do not oeytuiv alai wu atxl plan; ruu3 gimiluat:ons, buL wem bid prior tc. ibe guidance being issiFrtJ, also cuLdd be required to rebid L,he prnlec� or submit thmigu ardcus to roniply vJth the new F)lgLrircmcnts, which vrould Liko dela} 7nitlation of n!�LTirclion7, Irter a.dd:rae :U14L'.-. nxw.eaa ;r, Fio"aladiRagy lanla • P-i4a41 x;i �'Jy}naMe:.i Ry: 1J Ise ur+ 1CVk P0S-xu- me1. F-cc Rt=-I:.-J FaFKr TWDB-1106 Page 15 of 33 Rev 05/19 c. Short -Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 18, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) UNITED STATES FNVIRCINMKNtRL PROTEC714N kG€NCV � w WWI IING ION D.C. 204GO PH 18 2C1.5 r_rruororwxirla 1XT F XT; lioil-Tcvm NationaI Prndul'Xa]ycrfnr Stainless SLccl NumimdBohL used in P:lie Coup] ings, Ra;rriiltts 37irsts, Flanges, and 5addlesfor Staic Revolving Fund J hojocrs FROM, _,�cru7r.1h J. Kuprxis llrptlit' As is{JULL AdMiai�Arall+31r Tht L.S. Envirunmimi Jl ?rQLtX:Li0n Agency i; hauby �.Tdvinp }_ miliori,il -)rOdl3GL vr':1ik'�r pursuant m the ILAme. ican lrnn arld tireal" proviFi�ns kifthe Clean Wafer AcT and J'ub'ic Lave. ] ' 3.235, thf. " L:crosolidaiod and F'_krdior Coniiniunp ,appropriations tVti , 20 l 5."I The: tivkt.Lver pclrniLs thcu�': cf nan-Llomcsticailty p1•adsLcc';l �taitic5s stoci nul5 rude tac+lts i�3 k�olliitg-I�.r� #ire couP]inL{s, restralinu;, -ciiri.U, RaLlgLN quid repair so-J[.Ldtes it_ iron a ndi sterl pnx]_u;LS RK Pr?lrers fu-Ldtd by a Chen Walt cr DrinkinL. 'WaLer S.rLLr PerulviukL. FLind chid 1t1.1V oL_ierwise be prtl_iiALLd A?1 I5CJL tldti l4'SiWl. I hi:i JJal.iunat Piti}duL:1 +rai''Ci is Sbolt-1u-111, applyijl�; to The proLucu if thosc p•roa:lnCts arc purchasul UP 1LM U 911i: yc it kfflc' Lh(! wHiV(-T's Sign-0Lt1IL' , (ltalr. ThC tii,aiveris rtiLrcactivu and RJ543 applies to producks pumbascd lao1L}rt Ehc $ignH1L3Tt: dalt. f,:Iv?red pro[:uuCS PUTVII J_;tr5] TMiL)r (ii Ilrr woivcr`,, siVrLuluir Jnetir wilhin use clne-§ear period may bo used MbSeegUelrt to L111-, waiver expiradDa dam. 'avcra c_ The specif,C product calcg.orkws covcrcd by this v;jv:r im�ludc biolt:,d axpasn4i-sn jninls, b l.kal cli.4mvilIing jcri-n4, boILrd pipr LA5vjll i ri gs, hcrLLr-d pips rr4LruirLLi, 131.11Lrd JriFit il,Ynge-: b4AWd flaage adgLer&,1x:Ited pile irpai• or seiwice ,addles, bolted inech,"aijca] joints. and ]iipe hankers and SLlplibM. ",OE -d0111BStiC stain'ess-,;tect nuts .lk bolts nial be incorpomi:w�l Lito tlresc gpE.cific products; however_ all ocher iron and steel cc nponcnts in awsc prodvv is. unit_4 !ilihjCd In ri WHik-rr. enllwl L�Ii11 iwd 11%7..4L; imliJircmenl;. Tn ocher oa)rds, This waiver due, noL esempL the whule lrccidui_'L_ car lnp L�f the main irvr_ ur Slrel compo[ients _ 1U6 as [lie Ping, st�evy, bociy_ 08-N Spool ur [ri_i:]jLW1CLIL jOLELr, fro[n the AN bCwA533C grain] 5s S[CC_ rrat5 autl bolts aw used, :kny pr:lkuL Lhol ruiicts CreTn the W 4RT' OT T}WSRF 1.i1Lrr Lk cmB:[ nrnl (4 P.T., ] I i-'6, the"Oonsolidilled A]ipropriuLiunS :Act, 2014,'" is required :o L:aatsply Willl t_in r11S PMvisiLttas. ' Absere.. a waiver, .311 [rounni- xoTicJ and drrir,kine 4vatllor fad Lil:r• IhaL are camAmuIcd, in .rhrle w in art, will 1'uri�:s fram [he C W4;RF -or the DWSRF, must dsc Alncrican made iron end mel. =11A is allouo;E under enuin UA-LJMELanc:t�_ Lu pruWi-Je tvA.vems ur'.his rayuirmeru, �rLcrccl f•A]�{r.: i_Ivl .. •rt�, �:xrx•a',a Y �, Rosy=IwdiNrkrinhb. nr167'h`rf 'J{yi{I8}{{}I Lih:� h: . 1"..".'.. PL,il.l•r,�ii �.� k,w ia.-{:I I:: .yF YR' iY}"h��nJ[�' TWDB-1106 Page 16 of 33 Rev 05/19 d. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) AM r U14 ED STATES ENVA414MUNTP. PROTECTIGH AGENCY h WAShINGTCN, U C �b96G r' FEB 2ti i1 GFFI-T, OF v. %I Ek I EcJS1t),N rviLmFjR-ANl}um SUBJECT, National Prexlust Waiver for Pi.R:rorn and Direct Reduced Iran For State Rcvoivin a Fund Prujccts FROM: kVKennethJ_ Kopacis � deputy Assis•'�r_t Ad.�-Iinistr�ttx 'I'he U-S_ Lnvirmnwfttai PrtAcSCtiart / Sg mQy iy hcrcby g7Ari#i3lg V nxiinnal product v jvcr ptlj;+.U"t]t io tE,e "Aiiterit vl llxru and SS 1'• jtriivisii,,ll; nFchc Clrar3 }#a r AvL:Irid Public Lsay. 113-235, the "Consolidated and FuTJier ContinuirtB Api�rOpriations Act, 2015„'' for certtiirt mtcrmodiatL goods used in the manufacture ofiron and st€e[ prod! -jets. I I]tis waiver permits. the wu of pig imo and direct reduced iron mami€aotured oulside of the Uirited 8=es in dfArestic. mRnLLSkOtllnng prmut.4-.=5 fish imn and steel prndilcts It3erl in prrtijem*rided by a CLean Water or Drinkiq Warrr Stale Rt!V:3Tvirtg, Fund that may olzrwise be prohibit4A absent this waiver. The waiver isretroactiVe an C-iu5 also ;r:iV1ies N) t'7cusr of pig iron and d[reo# rnduccd iron bffcm the slgmature date_ Eiacka u�nd; Pig itmi altd direct r-.djc-ed imn arc irLLnUx€ 4kw prcdmis of iron and strel madtufar—mrin% Lxed diSMUeri:kl feed xuurC&X in inm anaf; Bierl iisttrntirics and ctax l rnil1%. Pi irrn-t is a prodiiei of iron errc srnelli nQ in u h-mit furnace_ 14 is rrtilo Er-nm rna}Fte;n iron, wfik . 1has bC4r1 Cast i!r t}1i, Shdp-L 01-"Pi ES" as it come,; Fm:n the blast furnace. Direct rediwcd i-ron orc ir; pmducod from iron ore, pallets or fees, which are mduee6 in a gelid stwe tt&lrtg naittral . I-ica bri( tlelted boll, ar H131, :s a cwnpattrd Harm of direct reduced tmn with erthmce[f P--Yy ical Gh2 ristl �s for shipuff ut and s-orage_ Covera e: This waiver pe units the use of1ran and Steel prodtuts that w-ere man us1rg rnil-domestic pig iron, and dirsmet rcc.uced iron, in p=oiccts t_�sat rviceivc Lands born ci;hur the 6YgRF of DWSR)1 . Any #rajcct that nec rived or will lm: civc funds from the C LVSRF nr DW RF beginning with the rnscimcnt of 1.L. t l3 • Jb, the "t onsoltdated Appropr[ntions Act, 0 I4," tnay k3pe this t,-civar-for icon quid stuel That use th:se intcrmcdiatc goods. kaljwia[e= -jCeifc domestic irrm aT'.d .steel Prnduds that. arc pA)duced in the 1_Enited tata:s if the pro,cc �t i5 funded 1.05,sru a'wi:w.t. al ttLnrhied? %sI IIk; algid Uric lk if-e wx!f r rAr: li- ir.s 4hAl Itre IYM;to r:rrrj. in wh�kIc or In pslr-, frith 'Candy From the CWSRF ar the DWSRF. ryaw uae ArfLziUan made iron and steel. F.PA iL allowed undercenain circumsta�lrxs to provide wtdyta of [his requhmraL imhw—-.e&r=rLc-0 •III('!: MA-0P PrA R�efttcm'J�eY ledb r•�iy... .�I � wUt Ff l Da!a� r-,t44n I 'r: r6xrara.Y•rr FI�':.k -ri F. u. ratstic P7}4-' TWDB-1106 Page 17 of 33 Rev 05/19 e. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling) (October 27, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) " 61 r U UNITED STATES Ewl-RONPAENTAL PRDTECTION AGENCY 1 WAS1-11N-iTC:N. D C 7pCI;50 ���i 0.:1}�41:• OCT ry�ry� O CT2f y 20 CIFFkT OF LY.1 TFR Il EUSIO NTE N-1011ANDUL11 st1ii.ri.,(" •. NaLiollal. Produ'.�L W1iver fi)r K1irlciI-('0311rrf leilB. within In,n'and SirLd IJlx,c1iids'Y`ilh Cost C'eilirtei for State 1{evohiing ]-Lind I'ro.jects FKoNI, Kcnnudl J. Kol ods Jaicpuly Absislkml ,Adminklralpr Mlle C-S. l-Eivirmirneiial l31.01PL-Limi Anat' c i9 herrby 1;raoLing a 11JSiionial r ixkhtiC wfJive:' pummml IL, 111C ltleric;ul 110n alrLA Steel- previsions Of The, Clean Wacer Av a.nd I'L1b1ie Law 1131235,111e •`f'omcdidated and FurtherC'orltinuing Appropriarions Ac-, `(1)5,,reinafter refemd to as"rbe rl t3-.i for IYlinar eol.ltlponclit" with ill a;ax7dl,ct JUACT 011 cstr,Ulisilcd ccst cc;Iillg.1 T11C Wai•.cr toil I pernliI pr4j"tz; f rrikO by She Cl_•.L,1 WFiter SI;JIe Re- volwirig Fund or rhll!ki-ig ",4 RrVolViT1l_ 1'LLrxl ku 4Lxe Call; pmduved J1119Ce-IL811e tS d413ri&4AiL:al2 r. l,rodl_roj ir0n and mee 1)mtturl fnr up jr? 5 perc, nt Of the 7-6t-31 111LLerial Com L7f11ie-)rodut. I liege prodi.cis c,,3uld I)e pinllibhed absent this, v'aiver.,I :Iis m�iver is ra.rfsaciive, and crr alit) of) lilie� to Prodixis purcha_ad beto1%: lne sirallattll%� dme of this waiver, QJVGTSLM,..- 1'hc itCnjy L:crv-"rL•L1 by ilrw-%V4iVk;T inuludk nlisvellant(,uss minor Lxmpun4ni; vJi.hiTl Irun#Lr;L1 .,1c_L -3nPduuU ax Lrf iked ill t11c AN lirmiSiOns of [iieALiS- The iJleCil­'IC J[,iiLL)r L203T1r5L'114-nL1, i,l Lt)VeM(J iron zad ;tee. pfoduets 4vill vary by product and manufactulvr. l'ursuallt Lf1 ibis waivc , llon-doLue-,-li€allp I)l'wdL'COd 11115CC13n,01-iS Bninor conlpc iays comprising Lip Io 5 perccilt o- thr, Local l.19atcial cc�si of an othrraricvI pTnrnrc'.fl ir}n »r11 sirr.I pi-ndiic'.1 vrisy l,c 11ucY1 Thiq wr,iv,:r Tlrsr.� nrsr exc- iIit Ll,c wlxl[c prmluci rrnm dw .A1q mgL-iTurnmm. ant Lliu primare irisn ur'!4te1 uompimmnlx of the prod el n4[1 A be produced Jt)meti1ically- Unless subjeu Li) L wpuraJ v waiver, all alhrr imii and mccl romponents in [r1 J11Uc1JCN n1S]SL',011 Illeei [11e I115 regiji remejus, Valy"2s and ll d1'anu, are ill-m cul:jeci go 11le CL1sL ueililt<. Lequiiemenrsdesenbod Bore -'Fills v,,arv'cr supvrsedestho h13A-s previous Gudrnee issued till Ma- .10. 2( 14: (Question 1) rclal.cd to minor couipaLcnts _n valves znC hyd_artts. The cw,-trmtN of Lhis waiver is diffiom-,l'itm3 Lhfft o LhC t-xiL-. Lng 3L21Lional 41u m,nin,14 44aiy r- ;+ilc1 4he nuLional de nlinimis wuivur rcFk'c='i vniiru p=oduucs (Wliurl thuJ t pruLLLL''-S !LI'L' �,ICn1`.171.dly of l{}x.}'ti,+.L sL and 11141{.lV[31ul Lk) d1.0 L''.)JLstru,:'.LL7LL of 111w plvjtwl), LIJ1s ti4-Lj �U s:ur.;[t JL-iJ1tu UVIISJAML'1It-, wILl]'[1 u11 in,II .111L1 steel produck 1n aJdition, the national de n]inimis R'F.1}',I is ilttcnded IF01 T35LSB31lCC 1'tCiPLCrltS tc LL30 r0i th6r prQjL-c1& xhilu lhis,m •inor compc.nLnts waiver is iracndcd to allotii• lluln11fnCL11TL.`r4 10 Cv�LiN thl thdr pruduvt comply }dill thc,AIS r�qujl-menu. ' AbFzi[ a %4aiwr, blt 1rCRtIncia will.; and dTiTLI. in_ 44i ar Jkci;idcC that aN com.,riut[Cil, in Mink or in putt, •]1kh flJhcl4 tIV311 ILIe'S.W'%'�I Cyr 16! I�l�' RI', I1L1�1 II.,e Ai.i :W.m1 Iri4iLe ITI111 Alley mu 11:4. 1.KA It WlUx4ed Ruder wartaln c:irculnst:lnces LJ Fru iLJr4,aix'CrSUfLl,l"_'MJL.1nanenl. ��i.,�+t FrJi.a• �: n ' � 4u:, �� .. w H gam. Recyc nl�Ry Lsly • cif. -IA I w 11',',s-, am1%.. r. CLI R3ia: I, k, r.,, 1 ^??: t.f„'r..,h'r.r nrcr�:t. F12i:i , F,.., Fr, ri 4i1 n.;,y TWDB-1106 Page 18 of 33 Rev 05/19 f. One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) (Double click on the embedded Acrobat version below for a clear copy of the entire document) '.p''° WA, UNITED STATES ft1YfR0NMENTftL ?RQTECTlON dGENGY VVAG9NQTQN. D.0 2QL(,L ]DECISION MEMORALNI M suwEc'n O to -Year Iixlrmiin 4o1'Lhr< Slnrrl-Term Nalinmd F,xiduc:E Waivinr fi T Stainless Sums Notts and Bolts Ms Al InPipr Coup]irLgs, Fes[rdirt[5, Jr)ints, flanges and Swi.hiks Fair 81alr Revolving Fund ProjCcts FROM; J-06f3cauvais I]cputy Assistant Adminisni r - Thu U.5- E itvinmtrwittul Pra,lmlifio ,Ae_cnuy humby ganttia rme-}cur exLension 43I't1,r Short- Tcrm Nakionai Product Waiver for Stniniess `;tee] Nutt wid 3ults used in Pipe CIO apliugs- P.CH rainrs, 1Tvx, Manggs+md St4ddlog for State Ruvolsing Fund P►jwts, purr- unI ix, the "Atncrican lion and St6et" trquire,7ienis nftl}it~ Cleun WaLer Act r3ectiin, 609 and P-E,. I14-113, the "Consolidated Appropriations Act 2*16." The original waiver Was ;ig,rad un ]-'ehruar� 18, 2015. With the one-year extension, Ehe Waiver will t;xpire I-ebruary 18, 2017. Thim waiver permits the use of non -domestically produced sLuinluss steel nuts and busts iu b0lti138-tyJ5e pipe couplings, restraints: joints and repair saddles in iron and sEeal products for preimts fundd by a gleam Wafer or 13rmking R''zrcr S«i1c Krvolving Fund thal mx}' Wkrwisr he T ruhibiLrd' iL,�t:nt this wai vvr- The atighlill, �tppr0VCd,.vnivcr (uitaLohrd) provides details ruing red specific typcs of'pnodlicts covered by this waiver an well m ilw rationale for issvatice of the original waiver. This national product waiver extensina is shun -terns. applying to the covelcd products if those products are pulchaacd lip until Fcbrwuy 18, 2017. R4dma , The EPA masscros thr market far mid supply of stairdetis steel nu�� wid bulls for the prnductti a[ irAl-Tr r and wax un;thie UP guthrr sutlicient evidmur Lbat LheCe is an adequate doinestic sutiply of slLnleLxs ,LnI ourx a,rd halts fcrr the subject Prodllcta. 'through the rcwaTvh effort, the agen<;y foond that the dot. e-W c supply of stainless star! nuts and Faits has ineremsed since fall 2014 aJLd thine inav he manufacturers than have the capability ID meet the demand fur stainless steel nuts and bolts. HowEver, n,amtf'acturerFs Ymrtr 94:pcyally unablt-- or unwilli118, to provide information about €heir production capacity, Thy agcmcy slid nrft reuuive evidence that thcrc is an adcgmce nallunal availability of Nuiril SWk:l zing ¢nil bolts. In addltintti tht• aerenicv rec'tivecl tiv%a n spnmes fimm matiufac=re,rs and suppliers after pcwting zi dra-R vend On of this llet:isiun Mrmonindurrl. during a 15-day public commcnt period. Mi)51 conunmts wcm in favor of the waivcr mtcasion. Comments in suppan of the waiter exterision r;laimed a remoining xignifcrtnE in the SUp`ly 41f.413tinlnsh xte61 WHEN LrnHl bt)ltt. rrrrre+ J;4dre,5-1LR'_ 1 • Ina..%%wN epa'Nr Rccyrk,d1Rr-i eu�k - � rigid n V _gclad+c U 1 Nj7 4 lriB 4 m 10_%Fc=gsi mer wrens LTI-mm o- rv"'c--r-i" �,,r,•� TWDB-1106 Page 19 of 33 Rev 05/19 g. One-year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (January 18, 2017) (Double click on the embedded Acrobat version below for a clear copy of the entire document) s Cx UNITED STATES ENVIRONMENTAL PROTECTION AGENCY � J V1r1SH NGTON, [G 20450 r,Ic IaW7 OFF C.F. (W LVAVFR D1RC1S1[)N NTFMORA NPUM SUBJECT- Oae-Yenr ExLen�ion of the Short -Term Natialkal l'roduct'w�JrLi� yr liar ^�tuinl:�� �tecl Nuts silty 30 1 hi used in Pipe C'oupLi-qs, RrsLraint-; JQ111t5, Iall Lkn rLul gadilles br State Rc' alvuie F•LUIL] PDx jCVC5 ]FROM lvli; hael J I. ShrlpiT Dcuuty ASSista-iL Ac Iistrator The 1:-5- T-nvi[%Onri]amL d PruLwLian Agancv heralx,, grunN, a tmr-ycx- r%wi3ion ofihc Short- Fcrni NalionEll Product Wilivrr fin- 9talnlcss SteCil Nuts ;vld Bu1Ls Wjp N Pipe COLLplings, ReArainls, Joints, r1a:3gC5 OC]d Saddles for 54ue RtRvolviug Fluid €infects, pur.aLant I Ow-AimadLan iron and Stcel" roNuir=ents ofthe Clear. 1kwurAct Soctian(3t}R arid Public Law 114-254, the "FtuthcrContinuinp. and Scctiri-- AssistasL;e 44,pprupriations .km 2017-:: ":'he cwiVinal miycr was signed ca>, Fcbruary 18, 201 3 Hod was granted a one-yesirrxrc,.nvirm wi Febninrw 229 2016. WiLh this additional ono-ycar extension, rhr wai,,c:- will expiry 19ebrJary 19. 201 �1- T his ;}wryer pertnits till u3c of nun-domc.iliimlly prcrjxLced Aninles, aec_ nuts and bolts in bk)hin�3-t}'pc pipe onupIingc,, resi"ints, io[nts and iCpaiL saddles in iron an[c} d scl P.Ls) ]u.;Ls lur projecN Cun t!tt by a C'lun Water or Drink:Water Srattl Revulviug funs tbaitnwyolhcrw:sc be prohibired ibser1L thi,,wHiver, The original, appriwed waiver (attac-hod) providas deLailq re�anli nj� LhL: apL ci l is iyp4L, (ffpr+)ducts covered by this uraiuera-R we11 Htith^ rafinnale for Issuance OL the 03igiZ1.d Waiver- -phis 11atOVftl PrudueL waiver extension is short-wrrn. applying to Lho cmAered products if those oraducts are pwrhased Lip utitil FcbTL3aT' 18,201& Rationals' In 1016x The ITA reoswxsed L_7CRIKk .t for and sllpp]V OfStainlcss steel nuts and bolts for the: Products fif inteemst and was L-nabIt to father cuff-cieni evl nce that them -is an adequate donicstic s',ipply oftllese frr41du4!t;- ThrnlLgrh ihrrcwnmh cf rnt• rlc- Agrnr.y Fgnn� th91 thr. dnmcWi:- Riipply nf' stainless €tees nuts and bulls l6r r_-o suhjict p oducLx hati increased slighdy since rail 2015.- The EPA received ancoaotal evidence fiorr a lew manuiacturtnr chat they incTru&td their _giWlu of'sfainless steel 3ILLN Zirld hcllLs w t;d in the subject products bysnlalL aLlomlts, belt 117c sligllL inrTsasc clues Llna rt*pr"-cni asign:ficant ehLgte in ,humanutactunngcapacityofthe domestic products. J'ur[hcrrarr, Lhe daniestic supply of the stainless steel autq a;id Mluz i nx L r udily gu titil.ablke heeause manufacturers weir gunaally fumble- orluivdilirg,2crpmvide information about-heirpmductiun capacity In addition, thL: nlgL-ncy rLw.mvLxl na rrapnnQcQ fro-n maraifknnirers and suppJlers:ilterpovingr a draft vc-.minn aiFlhix llc!�Gi5i4L) lrlrmurandum durirLg a I5-day putdic cnrsmcr.t period. Locking cvidcnce Lhat ma3afa€nlrers of inle-s-9 sreel w2 and bolts usod ir- ibrz suNwL praclLLcls cwi mue1 surrcnl dummds, .hc agcacy is extcriduL6 the national waiver far dnvLhLx y}ar. Prior to die "I� 'I=.A:krtm.'F{LI'�Ylr-Wax N:A tn,� 7ZzG rcIcMFIt VLI.LI. - P � i.�i. ai: i kMy{.:I� n, D tt—J }: on K'.� a '.:Alx.i-'f i Plrxa;r, :.1:1.1 -ix I irrt ldeGr G'KJ Fm-r TWDB-1106 Page 20 of 33 Rev 05/19 h. Final Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (August 24, 2018) (Double click on the embedded Acrobat version below for a clear copy of the entire document) TWDB-1106 Page 21 of 33 Rev 05/19 } } s UNITED STATES ENVIROMMIENTA1 PROTFCTIQN AGENCY 1YA$NINGTON, D C. �D4GO �A�` An },�jS i 94 Ugryip r IO VIFMORANIiuM1 cir Flfr OF WA.TFR ��IkI,iR.C�f: tinal l;�tr:nston ofthe S!]t7rt-Tenn National Product 41�ai�cr for titainlcss S1c�l NUIs and Bolts used .n Pipe Couplings, Restraints, MM5- Flanges, and Saddlc9 I'trr State iRcvolving Fund Projects FROLM: David P- Rusrs Assistant Ad_7lilliARLIu[ -I-ltc U.S,' EnvironmLmLal Prig :lion Agt~ncv (EPA) hercby grants Mtn "tension c,f tl'.e S ht)r1- Ferm National Product Waivcr CoT Slainless Steel ;Tuts and Bulls used in Pipe C(ruplaT s, Rc,,trainla, Joints, Flanes, and SwWles fbT- $uiw RcvnlviriF. Fund Prrrjcnls, PJT%UnnI In the :,Americar Linn and Stticl- {AIS) reyu]rernun% of the l=luan W-atc7 Ael-'I'hv oriiintl w'aivef -was signed on Ve-biiktiry l$, 2015, and was gmi6d a one -war emon-Slot! cm Februaq 22- 2016. A rimon-d Lxtcnsion was graartcd until Fchruavy 1R, ig18. WiIh (his third and f'_nol sxlt:mion, the waivw vd11 rclrom3lve;lti juvr nuts and 11;rLui purchased si nce Fehruory l tl, 201 & aand ht: estcrt ti 1$ nint hs firm th& signing date of Vs waiver counsel data), This }4,aiver will n-ot he -cneucd akeT the sunset data. Yhj-, waivE:r pertrliras lhc: ptir vmsc ,;rah rase rjCn4n-Jom" ically produced stainless steel iw,tsand hnl,; in bolting -type pipe coupling& reRtrlinLS, ioinrs, HTrrl TL:pnir udrllct� i,r iron and steel prodtcts for pro j4��s fu.ndc,d bti a Clnan W.-iIrr Siala. 14 oIvi'�g Pimd (C.WSRi-) or Drinking W3wr gtale Revolving Fund (DWSRF) that mayotheru'iss br: l rohihited abWnt this waiver. The lsregarding thespecific tvpes ofpmdu�--t: cov-�!rLxl b- aild the raticatale fn7 isstsamtit rat"lh_ waiver {;L,�e: LiIFti:' Sk'lk4\:ti};I.ai}3' till `. �I'l}4ltlilic,71.'Jil_�w _}�;15, IL'7'4linlrl:7til�l rsl7t7r[•1Cm1-17 11-5iJl1cl-11�'-*,-17u15_I74,IL4=�IS17.�u1E}. Thignatioivalprnduct\'eaiver ext_nsrnn 7c 4hnn-tc-Tm, applying i+o 1 he covo-r'd Pradu c s if those prod acts : rc pi iTc.ha srxi by 11c ..SSirL.LTreC r0xi*1L trr their rcpr�'ticrltiaivcR (i-c, comanretirrn contTaenr) up until the _unx.l char, The FPA is p.rayting Ehi.s rrar.kma, pR iJuki wa:vrr m,!.nsion On a short -rein basis in iDrder la proV kIC 1I1C tame L'-S- mmikifacturers need to incremw the domest.c lrrc7duct'.on of the specified atainlrsa steel rrul-,: and bolts- Upor the production oftliese parts, the EPA stands read- to provide msisl;knee to .5wec and others to help identify AN corntiplianr pmducts,.xinsistent wiilt the April 2017 Buy Amr :ricam and 11irc Awharican E?xCCOd 'c Or&T, At 4r4 h7 nvnts; I - Rati[Ir4:le ar7d 1,e-td AUTt ]rity 2- Sim mart' of Comnian-s ltecciwd During 15-1}ay In-ormal Public: 1nptu Pe-. R)d of short -'berm Wgiver 7xtcnsion for Stain1cm-$tcel, Nuts and Bolts us�,d in Pipe Omplirngs- Re!straiitt- Joints. Far-ngLs. an4l SaddlEs Ci;r'S1ACe RrvMvinq; I'rrrld (SRC) Pr-0jt! R tNa�ral Ad7icss �F: � -hhp '.wnr�. eFs y84 rai.ObErReyc1a6fe -P.-,"-11-Va,w!- V., wx&,e UNai CFat ML3dW Papa Attachment 6: EPA Waiver Reauest Information Checklist for Waiver Request The purpose of this checklist is to help ensure that all appropriate and necessary information is submitted to EPA. EPA recommends that States TWDB-1106 Page 22 of 33 Rev 05/19 review this checklist carefully and provide all appropriate information to EPA. This checklist is for informational purposes only and does not need to be included as part of a waiver application. Items General • Waiver request includes the following information: o Description of the foreign and domestic construction materials o Unit of measure o Quantity o Price o Time of delivery or availability o Location of the construction project o Name and address of the proposed supplier o A detailed justification for the use of foreign construction materials • Waiver request was submitted according to the instructions in the memorandum • Assistance recipient made a good faith effort to solicit bids for domestic iron and steel products, as demonstrated by language in requests for proposals, contracts, and communications with the prime contractor Cost Waiver Requests • Waiver request includes the following information: o Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products o Relevant excerpts from the bid documents used by the contractors to complete the comparison o Supporting documentation indicating that the contractor made a reasonable survey of the market, such as a description of the process for identifying suppliers and a list of contacted suppliers Availability Waiver Requests • Waiver request includes the following supporting documentation necessary to demonstrate the availability, quantity, and/or quality of the materials for which the waiver is requested: o Supplier information or pricing information from a reasonable number of domestic suppliers indicating availability/delivery date for construction materials o Documentation of the assistance recipient's efforts to find available domestic sources, such as a description of the process for identifying suppliers and a list of contacted suppliers. o Project schedule o Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of construction materials • Waiver request includes a statement from the prime contractor and/or supplier confirming the non -availability of the domestic construction materials for which the waiver is sought Has the State received other waiver requests for the materials described in this waiver request, for comparable projects? Notes EPA Checklist for Waiver Request Instructions: To be completed by EPA. Review all waiver requests using the questions in the checklist, and mark the appropriate box as Yes, No or N/A. Marks that fall inside the shaded boxes may be grounds for denying the waiver. If none of your review markings fall into a shaded box, the waiver is eligible for approval if it indicates that one or more of the following conditions applies to the domestic product for which the waiver is sought: TWDB-1106 Page 23 of 33 Rev 05/19 2. The iron and/or steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality. The inclusion of iron and/or steel products produced in the United States will increase the cos of the overall project by more than 25 percent. Review Items Yes I No N/A Notes Cost of Waiver Request • Does the waiver request include the following information? o Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products o Relevant excerpts from the bid documents used by the contractors to complete the comparison o A sufficient number of bid documents or pricing information from domestic sources to constitute a reasonable survey of the market • Does the Total Domestic Project exceed the Total Foreign Project Cost by more than 25%? Availability Waiver Requests • Does the waiver request include supporting documentation sufficient to show the availability, quantity, and/or quality of the iron and/or steel product for which the waiver is requested? o Supplier information or other documentation indicating availability/delivery date for materials o Project schedule o Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of materials • Does supporting documentation provide sufficient evidence that the • Contractors made a reasonable effort to locate domestic suppliers of materials, such as a description of the process for identifying suppliers and a list of contacted suppliers? • Based on the materials delivery/availability date indicated in the supporting documentation, will the materials be unavailable when they are needed according to the project schedule? (By item, list schedule date and domestic delivery quote date or other relevant information) • Is EPA aware of any other evidence indicating the non -availability of the materials for which the waiver is requested? Examples include: o Multiple waiver requests for the materials described in this waiver request, for comparable projects in the same State o Multiple waiver requests for the materials described in this waiver request, for comparable projects in other States o Correspondence with construction trade associations indicating the non -availability of the materials • Are the available domestic materials indicated in the bid documents of inadequate quality compared those required by the project plans, specifications, and/or permits? TWDB-1106 Page 24 of 33 Rev 05/19 Attachment 7: Construction Contract Language The following language must be included in all construction and purchase contracts associated with a TWDB CWSRF or DWSRF loan: The Contractor acknowledges to and for the benefit of the Applicant ("Purchaser") and the Texas Water Development Board (TWDB) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel;" that requires all of the iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Purchaser). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the TWDB is a third -party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. TWDB-1106 Page 25 of 33 Rev 05/19 Attachment 8: Samnle Certifications AIS Certification must document the location of the manufacturing process involved with the production of steel and iron materials. Each handler (supplier, fabricator, manufacturer, processor, etc.) of the iron and steel products and their step in the process must be recorded and certified as domestically performed. The applicant may utilize either (1) a Final Manufacturer Certification process, in which the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification identifying all handlers of the iron or steel product, and asserting that all manufacturing processes occurred in the US; or (2) a Step Certification process in which each handler of the iron or steel product provides a separate certification letter certifying that their step in the process was domestically performed. TWDB-1106 Page 26 of 33 Rev 05/19 Final Manufacturer Certification — Version I — AIS Products Delivered to Project Site The following information is provided as a sample letter of certification for AIS compliance. Documentation must be provided on company letterhead. The Final Manufacturer's Certification should list everyone who has handled the product, starting with the processor of the raw iron or steel through the contractor who installs the final product. Date Company Name Company Address City, State Zip Subject: American Iron and Steel Certification for Project ( = I, (company representative), certify that the followingproducts and/or materials shipped/provided to the project site below are in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Project Site location (City, State): Project's Prime Contractor Name: List for all Items, Products and/or Materials (Include all the predecessor manufacturing processes before the final manufacturer for each item on the list): Item 1: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Item 2: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): If any of the above compliance statements change while providing material to this project we will immediately note the prime contractor and the project engineer. Signed by company representative TWDB-1106 Page 27 of 33 Rev 05/19 Final Manufacturer Certification — Version 2 — AIS Products Purchased from Supplier The Final Manufacturer's Certification should list everyone who has handled the product, starting with the processor of the raw iron or steel through to the Supplier. Date Company Name Company Address City, State Zip Subject: American Iron and Steel Certification for Project (YXKO I, (company representative), certify that the following products and/or materials shipped/provided to the Supplier listed below are in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Supplier: Address: List for all Items, Products and/or Materials (Include all the predecessor manufacturing processes before the final manufacturer for each item on the list): Item 1: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Item 2: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): If any of the above compliance statements change while providing material to this project we will immediately notify the Supplier. Signed by company representative TWDB-1106 Page 28 of 33 Rev 05/19 Step Certification A step certification is a process under which each handler (supplier, fabricator, manufacturer, processor, etc.) of the iron and steel products certifies that their step in the process was domestically performed. The Step Certification process requires you receive a separate letter from everyone who handles the product, starting with the processor of the raw iron or steel through the contractor who installs the final product. Step Certification Letter The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead of each handler responsible for that process of the iron or steel product. Date Company Name Company Address City, State ZIP Code Subject: American Iron and Steel Step Certification for Project ( ) I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for (project site or to company) is in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Item 1: Manufacturing location (City, State): Item 2: Manufacturing location (City, State): If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer. Signed by company representative TWDB-1106 Page 29 of 33 Rev 05/19 Step Certification Log The following information is provided as a sample log to keep track of step certification for AIS compliance. The TWDB makes no claims regarding the legality of the step certification log with respect to AIS compliance. Contractor: Supplier: American Iron and Steel Step Certification Log for (Iron or Steel Product) (Name) (Item) (Name) (Item) Final Manufacturer: (Name) (Item) (Process) Predecessor Manufacturer 1: (Name) (Item) (Process) Predecessor Manufacturer 2: (Name) (Item) (Process) Processor (e.g., foundry): (Name) (Item) (Process) TWDB-1106 Page 30 of 33 Rev 05/19 De Minimis Log The following information is provided as a sample De Minimis log for AIS compliance. The TWDB makes no claims regarding the legality of the De Minimis log with respect to AIS compliance. Figure 1- Information contained in the log example: Owner Name, Project Name, TWDB SRF Number, Contractor Name, Total Project Cost, Total Material Cost followed by data entered for each of the following categories: Item Number, Iron or Steel Product, Unit Cost, Quantity, Total Cost, Percent of Total Material Cost Less Than One Percent, Cumulative Cost, Percent of Total Material Cost Less Than Five Percent. AmericanIron and Steel de YFlitl1Y s log Owner Name-. City Total Project Cost: $130.000.00 Project Name: CID 01 - Project Total Material Cost: $100,000.00 7A'DB SRF No_: #-,,;t _ C ontr a ctor Name: C orrtr a ctor Item No. Iron or Steel Product G riit C ost Quaritirv. Total C ost -% Mat Cost Cure Cost '% Mat Cost 1 Steel Door $ M_00 1 400.00 0_40% $ 40 0. 00, 0.44° o 2 B olts $100.00 1 $ 100.04 0.10% $ 50 0. 00 0.50° o 3 Welding rods $30.00 1 $ 30.00 0.03% $ 530.00 0.53% 4 5 6 7 8 9 10 11 12 13 TWDB-1106 Page 31 of 33 Rev 05/19 Attachment 9: Monthly American Iron and Steel Certificate Compliance Submittal by Owner (Sub -Recipient) TWDB Project No. Loan No. This executed certificate must be submitted with each Outlay report requestink, funds associated with construction contracts for all iron and steel products and/or materials included within the project's construction contracts. I, , of (Name) (Title) hereby certify that all iron and steel products and/or materials incorporated into the construction, alteration, maintenance, or repair of the subject project are in full compliance with the American Iron and Steel requirements of Section 608 of the Federal Water Pollution Control Act (33 U.S.C. §1388) for the Clean Water State Revolving Fund or federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable, for the Drinking Water State Revolving Fund, or comply with waivers granted by the U.S. Environmental Protection Agency. I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature TWDB-1106 Rev 05/19 Date Page 32 of 33 Attachment 10: Final American Iron and Steel Certification Compliance Submittal by Owner (Sub -Recipient) TWDB Project No. Loan No. This executed certification must be submitted after the completion of the construction contract and prior to issuance of a Certificate of Approval by the TWDB, stating the project was completed in compliance with the AIS requirements. I, , of (Name) (Title) hereby certify that all iron and steel products and/or materials incorporated into the construction, alteration, maintenance, or repair of the subject project were in full compliance with the American Iron and Steel requirements of Section 608 of the Federal Water Pollution Control Act (33 U.S.C. §1388) for the Clean Water State Revolving Fund or federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable, for the Drinking Water State Revolving Fund, or comply with waivers granted by the U.S. Environmental Protection Agency. I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature TWDB-1106 Rev 05/19 Date Page 33 of 33 TW DB-1106-A Rev 05/19 Monthlv American Iron and Steel Certificate Compliance Submittal by Owner (Sub -Recipient) TWDB Project No. Loan No. This executed certificate must be submitted with each Outlay report ryuesting funds associated with construction contracts for all iron and steel products and/or materials included within the project's construction contracts. I, , of (Name) (Title) hereby certify that all iron and steel products and/or materials incorporated into the construction, alteration, maintenance, or repair of the subject project are in full compliance with the American Iron and Steel requirements of Section 608 of the Federal Water Pollution Control Act (33 U.S.C. §1388) for the Clean Water State Revolving Fund or federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable, for the Drinking Water State Revolving Fund, or comply with waivers granted by the U.S. Environmental Protection Agency. I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature Date Item No. 1 2 3 4 5 6 7 8 9 10 11 12 13 Owner Name: City Project Name: CID 01 - Project TWDB SRF Number: #### Contractor Name: Contractor Iron or Steel Product American Iron and Steel de minimis log Total Project Cost: Total Material Cost: Unit Cost Quantity Total Cost Steel Door $400.00 1 $ 400.00 Bolts $100.00 1 $ 100.00 Welding rods $30.00 1 $ 30.00 TWDB-1106-B Revised: 09/09/2016 $130,000.00 $100,000.00 % Material Cost Cumulative Cost % Material Cost (< 1%) (< 5%) 0.40% $ 400.00 0.40% 0.10% $ 500.00 0.50% 0.03% $ 530.00 0.53% FORTWORTH, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer 11. Pipes/Ductile Iron . 12. Utility Line Marker B. Sewer .......................................................................... 10 ........................................................................... 11 .......................................................................... 12 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 FORTWORTH : Note: All water or sewer nine h CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 04/12/2019 07/23/97 3305 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 3305 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 3305 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 3305 13 HDPE Manhole Adjustment Rings Ladtech, Inc HOPE Adjustment Ring Non -traffic area 5/13/05 3305 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System * From Original Standard Products List Click to Return to the Table of Content 1 CITY OF FORT WORTH Fo RT 1' y O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval in Momifactimer Model No. National Spec Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 3339 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non -traffic area 08/30/06 3339 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area * From Original Standard Products List Click to Return to the Table of Content 2 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larl?er than 1S inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. VV atV1 M 3VWV1 - 1V1211111UMb 0. MIWN/PI UUMb M %-UVV1N/1NVk;U 11V_U1il1 JJ-UJ-lo Imey 1./0/1U1 * 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" AD * From Original Standard Products List Click to Return to the Table of Content 3 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lartzer than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. VV 21tul M auwul -1VlQ1111ulub Oi DINew `I alliub M I.uVV1 blo1Allual U 11nu U1lUl 00-uz-10 IRCV L/J/lul I i I * 3305 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 3305 13 Manhole Frames and Covers Sigma Corporation MH-144N 3305 13 Manhole Frames and Covers Sigma Corporation MH-143N 3305 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 3305 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 3305 13 30" DI MH Ring and Cover East Jordan Iron Works V 1432-2 and V 1483 Designs AASHTO M306-04 30" Dia. 11/02/10 3305 13 30" DI MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 3305 13 30" DI MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 3305 13 30" DI MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" DI MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/P-Gasket AASHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" DI MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. SCDH 3000, Std. Dbl Hinge Non-Metalic Ring 08/24/17 3305 13.01 30" DI MH Ring and Cover (Hinge & Lock) Composite SewperCover and Cover w/Lock HD/FRP Composite 30" Dia. * From Original Standard Products List Click to Return to the Table of Content 4 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. VViItVI M 3VWCI - 1Vlilllllu►ub 0. Dilbew P I dillu8 M I,u VCI3/ VV acid 11$lll Oi iI ubbuic llulll J0-yo-10 trkcv G/J/lu► * 3305 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. * From Original Standard Products List Click to Return to the Table of Content 5 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine lartzer than IS inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. VV il1CI M 3CWU1 - 1V1211111ulub M Dil8C3/ilyualbt l.U1lui ULU IACV 1/0/101 I * 3339 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 3339 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" * 3339 10 Manhole, Precast Concrete Forterra(formerly Gifford -Hill, Hanson ) ASTM C 478 48" 04/26/00 3339 10 MIL Single Offset Seal Joint Forterra(formerly Gifford -Hill, Hanson ) Type F Dwg 35-0048-001 ASTM C 478 48" Diam MH 09/23/96 3339 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 3339 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 3339 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 3339 10 Manhole, Precast (Reinforce Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" * From Original Standard Products List Click to Return to the Table of Content 6 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. VV ilml QG acwul - iyiLallliulub 0. DaJCJ/r%'y" lU JVJLy111J/%-y111y11L1L1UUJ I * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E 1-14 Manhole Rehab System (Liner) Poly -triplex Technologies MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List Click to Return to the Table of Content 7 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lart?er than 1S inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. vv awi QG acwul - iv-tailliumJ 01 I I I 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 * E1-14 Manhole Rehab Systems Sun Coast For Exterior Coating of Concrete 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids Epoxy Sewer Applications 33 05 16, 33 39 10, 33 RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 3920 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only * From Original Standard Products List Click to Return to the Table of Content 8 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine lart?er than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. rv.11. * — vcvvc■ 3305 13 - mauuvm ■u 1. w - y"Ul Manhole Insert "Ll— — —11V j— —1 ■= I Knutson Enterprises I Made to Order - Plastic ASTM D 1248 ■ For 24" dia. * 3305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 3305 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia * From Original Standard Products List Click to Return to the Table of Content 9 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lartzer than IS inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. VV atel M auwul - rl"V k.UNIn$ DUiICClb JJ-VJ-L't 1V //Vl/lot 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing * From Original Standard Products List Click to Return to the Table of Content 10 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecil I * V♦ AEG■ lX UGVV 33 11 10 Gl � 1 ■�IGJ/LUl Ductile Iron Pipe 08/24/18 33 11 10 Ductile Iron Pipe 08/24/18 33 11 10 Ductile Iron Pipe * 33 11 10 Ductile Iron Pipe * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. American Ductile Iron Pipe Co. American Ductile Iron Pipe Co. U.S. Pipe and Foundry Co. McWane Cast Iron Pipe Co. Updated: 04/12/2019 basis. Special bedding may be required for some nines. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 American Fastite Pipe (Bell Spigot) AWWA C150, C151 American Flex Ring (Restrained Joint) AWWA C150, C151 AW WA C 150, C 151 AW WA C 150, C151 3" thnz 24" 4" thru 30" 4" thm 30" * From Original Standard Products List Click to Return to the Table of Content 11 FORT WORTH_ - Note: All water or sewer than 15 inch diameter shall be Water & Sewer - Utility Line Marker (08/24/2018) CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST d for use by the Water Department on a Updated: 04/12/2019 basis. Special bedding may be required for some nines. * From Original Standard Products List Click to Return to the Table of Content 12 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lart?er than 1S inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be Updated: 04/12/2019 for some nines. IUGYy GI ... UJ/1 L-y I I I 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications * From Original Standard Products List Click to Return to the Table of Content 13 FORT WORTH_ - Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be annroved for use by the Water Department on a Updated: 04/12/2019 basis. Special bedding may be required for some nines. * From Original Standard Products List Click to Return to the Table of Content 14 FORT WORTH_ - CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 04/12/2019 * From Original Standard Products List Click to Return to the Table of Content is CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larizer than 1S inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products car .« unc , Iaii al uno Pipe ASTM C 76 * E1-04 Cone. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 * From Original Standard Products List Click to Return to the Table of Content 16 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lart?er than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecil System onnell Systems Systems PIM Corporation McLat Construction Trenchless Replacement System Updated: 04/12/2019 basis. Special bedding may be required for some nines. Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously Polyethylene Houston, Texas Approved Previously Polyethylene Calgary, Canada Approved Previously * From Original Standard Products List Click to Return to the Table of Content 17 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine lart?er than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be 7/21/97 33 31 13 Cent. Cast Fiberglass 03/22/10 3331 13 Fiberglass Pipe 10/30/03 Glass -Fiber Reinforced Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 El-9 Reinforced Polymer Concrete Pipe Hobas Pipe USA, Inc. Ameron Thompson Pipe Group Amitech USA US Composite Pipe Hobas Pipe (Non -Pressure) Bondstrand RPMP Pipe Flowtite Meyer Polycrete Pipe Reinforced Polymer Concrete Pipe Updated: 04/12/2019 for some nines. ASTM D3262/D3754 ASTM D3262/D3754 ASTM D3262/D3754 ASTM C33, A276, F477 ASTM C-76 8" to 102", Class V * From Original Standard Products List Click to Return to the Table of Content 18 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larger than 1S inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. * High -density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High -density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 * From Original Standard Products List Click to Return to the Table of Content 19 CITY OF FORT WORTH Fo RT 1' y O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval in Model No. National Spec Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" * From Original Standard Products List Click to Return to the Table of Content 20 FORT WORTH_ - Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be annroved for use by the Water Department on a Updated: 04/12/2019 basis. Special beddintt may be required for some nines. Sewer - Pipes/PVC* 33-3L20 (7/1/131 * 33-31-20 PVC Sewer Pipe Certain -Teed Products Corp ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Napco Manufacturing Corp ASTM D 3034, D 1784 4" & 8" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 and SDR-35 ASTM F 789, ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 33-31-20 PVC Sewer Pipe Royal Building Products Royal Seal Solid Wall Pipe SDR 26 & 35 ASTM 3034 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thra 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) ASTM F 679 18" - 27" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDr-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" * 33-31-20 PVC Sewer Fittings Plastic Trends, In.c Gasketed PVC Sewer Main Fittings ASTM D 3034 11/17/99 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803/17794 18" to 48" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4% 15" 3/29/2019 I 33 31 20 IGasketed Fittings (PVC) I GPK Products, Inc. I SDR 26 I ASTM D3034/F-679 I 4"- 15" * From Original Standard Products List Click to Return to the Table of Content 21 CITY OF FORT WORTH Fo RT 1' y O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval in Model No. National Spec —06 Sewer - Pines/Rehab/CIPP 33-31-12 (01/1E 3) * Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirmech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216 * From Original Standard Products List Click to Return to the Table of Content 22 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine lart?er than IS inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. IDCWCI - i1pCJ/RClliIU/D UlU OG DU1111 I I I * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc. Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter * From Original Standard Products List Click to Return to the Table of Content 23 CITY OF FORT WORTH FORT 1' 1� `�T O RTH : WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer nine larizer than 15 inch diameter shall be annroved for use by the Water Department on a nroiect snecil Updated: 04/12/2019 basis. Special bedding may be required for some nines. 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra -Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72" * From Original Standard Products List Click to Return to the Table of Content 24 FORTWORTH : Note: All water or sewer nine h CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be Updated: 04/12/2019 for some nines. VV atul - [ippul tellilllGCJ 00-11-1y tv //Ul/101 I 1 I I I 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB 1600-4-NL, B 11-444-WR-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. B22444-WR-NL, L2844NL AWWA C800 V B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 V 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1%2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 240 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-lEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 * From Original Standard Products List Click to Return to the Table of Content 25 FORT WORTH_ - Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be annroved for use by the Water Department on a Updated: 04/12/2019 basis. Special bedding may be required for some nines. * From Original Standard Products List Click to Return to the Table of Content 26 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. VV iLLCI - %-U111U11121L1U11 Lill 1kC1C21W 00-01-/ V tuI/UO/101 1 1 1 1 * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A V & 2" 240 - float, ASTM A 307 - Cover Bolts * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" * From Original Standard Products List Click to Return to the Table of Content 27 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. VV i1tV1 — 1/1 V pall l Cl r 11C r1VU1 ill1L8 00-1 L— ty ty1/ 1J/ l9I I I I I I 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant Waterous Company Shop Drawing No. SK740803 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 * From Original Standard Products List Click to Return to the Table of Content 28 CITY OF FORT WORTH Fo RT 1' y O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Approval 1n Momifactimer Model No. National Spec Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AW WA C701, Class 1 3/4" - 6" * From Original Standard Products List Click to Return to the Table of Content 29 FORT WORTH_ - Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be Updated: 04/12/2019 for some nines. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe ASTM D1784 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation Trans 21, DR 14, DR 18 AWWA C900 16"-24" AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manifacturing Co., Inc d/b/a JM Eagle 4"-12" ^glue rote" ANSI NSF 61 FM 1612 AWWA C900-16 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manifacturing Co., Inc d/b/a JM Eagle 16"-24" ^glue Brute" ANSINSF 61 FM 1612 * From Original Standard Products List Click to Return to the Table of Content 30 FORT WORTH_ - Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be Updated: 04/12/2019 for some nines. VV 21tel - ripub/ VUIVCJ M r111111p-J/1Juutlic 11 V11 1`llllllub 0J-11-11 lVl/VO/101 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle -Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Siettta. Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM Eagle ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA CI I I 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA CI I I 3"48" EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA C I I I 4"-12" DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AWWA CI I I 16"-24" DR18 PVC Pipe * From Original Standard Products List Click to Return to the Table of Content 31 FORT WORTH_ - Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST than 1S inch diameter shall be annroved for use by the Water Department on a Updated: 04/12/2019 basis. Special bedding may be required for some nines. Water - Pines/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" ASTM A 276 Type 304 - Bolts & nuts * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ F1owMaster Gate valve & Boxes 08/24/18 Marco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List Click to Return to the Table of Content 32 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine larger than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. I VV awl - r1UCJ/ V il1VCJ M P1LL111YJ/1lUUVV1 3raltyu DULLr111V V alyC JJ-1L-L1 I //lU/14I * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" * From Original Standard Products List Click to Return to the Table of Content 33 CITY OF FORT WORTH Fo RT 1' y ��T O RT H WATER DEPARTMENT Updated: 04/12/2019 STANDARD PRODUCT LIST Note: All water or sewer nine lartzer than 15 inch diameter shall be anproved for use by the Water Department on a nroiect specific basis. Special bedding may be required for some nines. vvaier - ruiyeuiyieue r.ucaMieuieuL i-iv 1V1/V0/101 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD * From Original Standard Products List Click to Return to the Table of Content 34 FORT WORTH_ - Note: All water or sewer 3/12/96 than 1S inch diameter shall be Sampling Station CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST d for use by the Water Water Plus on a Updated: 04/12/2019 basis. Special bedding may be required for some nines. B20 Water Sampling Station * From Original Standard Products List Click to Return to the Table of Content 35 GEOTECHNICAL DATA REPORT Village Creek Water Reclamation Facility Primary Clarifiers Improvements Project :.I JLFF�................ELT �:.. _....... li6121) 05/31/202.4 City of Fort Worth, Texas May 31, 2024 CDM Smith Firm #F3043 Table of Contents Section1 Introduction.....................................................................................................1-1 1.1 Project Description and Location......................................................................................................................1-1 1.2 Datum............................................................................................................................................................................1-1 1.3 Purpose and Scope...................................................................................................................................................1-3 1.4 Report Limitations...................................................................................................................................................1-3 Section 2 Site and Subsurface Conditions.........................................................................2-1 2.1 Existing Site Conditions......................................................................................................................................... 2-1 2.1.1 Site Location and Description................................................................................................................2-1 2.1.2 Site Topography, Features and Boundaries.................................................................................... 2-1 2.2 Regional Geology.......................................................................................................................................................2-1 2.3 Geotechnical Subsurface Investigations......................................................................................................... 2-1 2.3.1 Test Boring Program................................................................................................................................. 2-1 2.4 Geotechnical Laboratory Testing....................................................................................................................... 2-2 2.5 Subsurface Conditions............................................................................................................................................ 2-4 2.6 Groundwater Conditions....................................................................................................................................... 2-7 2.7 Expected Variations in Subsurface Conditions............................................................................................2-7 Smith Table of Contents Figures Figure1-1 Proposed Improvements........................................................................................................................1-2 Figure2-1 Boring Location Plan................................................................................................................................2-3 List of Tables Table 1-1 Summary of Proposed VCWRF Primary Clarifiers Improvements.........................................1-1 Table 2-1 Summary of Geotechnical Laboratory Test Results......................................................................2-5 Table 2-2 Summary of Groundwater Levels from Piezometers...................................................................2-7 Appendices Appendix A Test Boring Logs Appendix B Laboratory Test Results Appendix C Piezometer Installation Logs and Groundwater Level Monitoring Data Smith Acronyms Arlington City of Arlington, Texas ASTM ASTM International bgs below ground surface CDM Smith CDM Smith, Inc. CoreCo USA CoreCo USA, Inc. El. elevation EPA U.S. Environmental Protection Agency FEMA Federal Emergency Management Agency Fort Worth City of Fort Worth, Texas GPS Global Positioning System NAD 83 North American Datum 1983 NAVD 88 North American Vertical Datum 1988 O.D. Outside Diameter PRV's pressure relief valves RQD Rock Quality Designation SPT Standard Penetration Test TEAM Consultants TEAM Consultants, Inc. Texplor Texplor of Dallas, Texas Vac -truck vacuum -excavation truck VCWRF Village Creek Water Reclamation Facility CDM Smith Section 1 Introduction 1.1 Project Description and Location CDM Smith, Inc. (CDM Smith) has been retained by the City of Fort Worth, Texas (Fort Worth) to provide professional engineering services for the Primary Clarifiers Improvements project located at the Village Creek Water Reclamation Facility (VCWRF) in the City of Arlington, Texas (Arlington). The proposed improvements will include replacement of 12 existing primary clarifiers with 3 new, larger primary clarifiers and construction of supporting ancillary structures including sludge and scum pump stations, distribution and diversion boxes, junction box, and vaults. Details of the proposed improvements are included in Table 1-1. Table 1-1 Summary of Proposed VCWRF Primary Clarifiers Improvements Primary Clarifiers (x3) Primary Clarifier Distribution Box No. 1 Primary Sludge Pump Station Primary Clarifier Scum Pump Stations (x2) PC Influent Meter Vault No. 1 West Diversion Box PE Junction Box I Plant Sewer No. 1 Meter Vault 17 to 39 (El. 443 to El. 421) 16.5 x 16.5 15.5 (El. 444.5) 39 x 45 15.5 (El. 443.5) 30 x 16 17 (El. 442) 21 x 21 20 (El. 443) 31.5 x 26.5 29.5 (El. 444.5) 18 x 17 15.5 (El. 441.5) 9x19.5 16(El.449) The proposed improvements are shown on Figure 1-1. 1.2 Datum Elevations noted in this report are measured in feet and referenced to the North American Vertical Datum of 1988 (NAVD 88). The horizontal datum used for this report is the Texas State Plane Coordinate System, Texas North Central Zone (4202), North American Datum of 1983 (NAD 83). CDM Smith 1-1 « ENLA DIED IPVJJ SHEET C-P-2 LT''�TV�I-I _ 0 `I `J I / I r UMR 6D PUM III I \ \ /�O MT ME 1 \\ 1\ VAV[T c N. RRl 1 J \\ { \ \ (FU IIIII PRIM CLARIFIE NOTE: 1 ELEVATIONS NOTED HEREIN ARE IN FEET AND REFERENCED TO THE NORTH ANERICAN VERTICAL DATUM OF 1986 (NAND 88). CITY OF FORT WORTH, T% FIGURE 1-. With VILLAGE CREEK WATER RECLAMATION FACILITY PROPOSED IMPROVEMENTS VILLAGE CREEK PRIMARY CLARIFIERS IMPROVEMENTS MAY 2024 Section 1 • Introduction 1.3 Purpose and Scope The purpose of this geotechnical data report is to summarize the geotechnical investigation performed as part of the VCWRF Primary Clarifiers Improvements project, which includes test borings, piezometers, and laboratory tests and to provide geotechnical subsurface information for design of proposed improvements. The geotechnical scope of work generally consists of the following: ■ Reviewing available geotechnical investigations conducted in the vicinity of the proposed VCWRF primary clarifiers to evaluate geologic features that could impact site development and foundation design/construction; ■ Advancing 18 test borings (B-1 through B-18) at the site to obtain information on subsurface conditions and collect geotechnical soil and rock samples; ■ Installing 2 groundwater piezometers to observe the groundwater conditions at the site over time; ■ Conducting geotechnical laboratory tests on selected soil and rock samples to assist with classification and to estimate the engineering properties of these materials; ■ Preparing test boring logs to characterize the general site subsurface conditions encountered; and ■ Preparing this geotechnical data report presenting the geotechnical data collected as part of the subsurface investigation associated with the VCWRF Primary Clarifiers Improvements project. 1.4 Report Limitations The geotechnical data in this report has been prepared for the City of Fort Worth's VCWRF Primary Clarifiers Improvements project in Arlington, Texas as understood at this time and described in this report. This report has been prepared in accordance with generally accepted engineering practices. No other warranty, express or implied, is made. Smith 1-3 Section 2 Site and Subsurface Conditions 2.1 Existing Site Conditions 2.1.1 Site Location and Description The proposed Primary Clarifiers Improvements project is located within the City of Fort Worth's VCWRF at 4500 Wilma Lane in Arlington, Texas. The area surrounding the VCWRF primarily consists of undeveloped land and residential housing. 2.1.2 Site Topography, Features and Boundaries The VCWRF Primary Clarifiers Improvements project site is proposed to be along the southern border of the WRF where 12 existing 90-feet diameter clarifiers and supporting facilities are located currently. At the time of our subsurface investigation, approximately half of the existing clarifiers appeared to be in service and rainwater or groundwater from pressure relief valves (PRV's) partially filled the offline clarifiers. A plant roadway encircles the existing clarifiers with ground cover in the area primarily consisting of pavement or gravel. An existing plant levee (understood to be Federal Emergency Management Agency [FEMAJ-certified) bounds the project site to the south, operational clarifiers are located east of the project site and pump station facilities are located to the north. A parking lot is situated northwest of the site and is elevated above the clarifier complex by a retaining wall. Existing, unused Bar Screen Buildings are along the western boundary of the site. Numerous operational and abandoned yard piping and electrical duct banks are also understood to be located throughout the existing clarifier complex. The grades across the existing clarifier complex are relatively flat, ranging in elevation from approximately elevation (El.) 457 to El. 460. The elevated parking area in the northwest portion of the site is relatively flat, ranging in elevation from El. 466 to El. 472. A grass - covered slope grades down to the project site from the west (south of the parking area), with elevations ranging from El. 476 at approximately the top of the slope down to El. 465 at the toe of the slope. 2.2 Regional Geology According to the Geologic Atlas of Texas, the project site is located within the Woodbine Formation, which consists of alluvial deposits comprised of cemented sand with interbedded clay seams, shale, and sandstone. 2.3 Geotechnical Subsurface Investigation 2.3.1 Test Boring Program A subsurface exploration program was conducted by CDM Smith as part of three separate mobilizations to investigate the subsurface conditions at the VCWRF Primary Clarifiers Improvements project site. The drilling program for the subsurface investigation consisted of 18 test borings (13-1 through B-18) and 2 groundwater piezometers (PZ-A and PZ-B). Texplor of Dallas, Texas (Texplor) drilled 16 test borings (B-1 through B-16) and installed 2 groundwater piezometers (PZ-A and PZ-B) using CME-75 drill rigs between February 22, 2022, and July 18, 2023. Due to unmarked utilities being encountered as part of the first Smith 2-1 Section 2 • Site and Subsurface Conditions mobilization, a vacuum -excavation truck (vac -truck) was utilized by Kinetic Hydrovac to clear the upper 10 feet of 10 test borings (B-7 through B-16) within the VCWRF property. CoreCo USA, Inc. (CoreCo USA) drilled 2 test borings (B-17 and B-18) using a track -mounted drill rig on February 29, 2024, outside of the VCWRF property to explore subsurface conditions within the floodplain. The test borings were drilled to depths of between 1 foot and 85 feet below ground surface (bgs). All test borings were advanced with continuous soil sampling through the first 10 feet, and at standard 5-foot intervals thereafter. Sampling in cohesionless soils was performed using split -spoon methods in accordance with ASTM International (ASTM) D1586 using a 2- inch outside diameter (O.D.) sample, driven 18 inches by blows from a 140-pound hammer falling freely for 30 inches. The number of blows required to drive the sample each 6-inch increment was recorded, and the Standard Penetration Test (SPT) resistance (N-value) was calculated as the sum of the blows over the second and third intervals of penetration. Sampling in cohesive soils was performed using Shelby tubes in accordance with ASTM D1587 using a 3-inch diameter Shelby tube to push 24 inches into the cohesive material to recover an undisturbed sample. A CDM Smith representative visually classified the soil samples recovered in the field in general accordance with the Burmister classification system. Representative soil samples from each split -spoon and Shelby tube sample were collected and stored in plastic bags or wrapped in aluminum foil and plastic wrap for subsequent review and geotechnical laboratory testing. Upon encountering hard drilling, rock coring was conducted in 15 of the test boring locations (B-2 through B-16) in general accordance with ASTM D2113. Rock coring was conducted using an NX size rock core barrel, having an outer diameter of approximately 3 inches and an inner diameter of approximately 2 inches. The recovered rock cores were logged in the field by a CDM Smith geotechnical engineer and were stored in rock core boxes for later review. A Rock Quality Designation (RQD) value was determined for each core run. The RQD is defined as the sum, in inches, of all pieces of sound rock core, four inches in length or longer, divided by the length in inches of the entire core run, expressed as a percentage. Groundwater levels were recorded when first encountered during drilling as well as in the 2 piezometers installed at the site (discussed in Section 2.6). A total of 15 test borings (B-2 through B-16) were backfilled with grout and a total of 3 test borings (B-1, B-17, and B-18) were backfilled with soil cuttings upon completion. The test borings were located in the field by CDM Smith using a handheld Global Positioning System (GPS). The as -drilled test boring locations are shown on Figure 2-1 and test boring logs from the test boring program are included in Appendix A. 2.4 Geotechnical Laboratory Testing Soil and rock samples obtained from the test borings performed as part of the VCWRF Primary Clarifiers Improvements project were transported by Texplor and CoreCoUSA to TEAM Consultants, Inc. (TEAM) located in Arlington, Texas. Geotechnical laboratory tests 2-2 CDM Smith N \ L� J-M�iFltkb>ro- � L JLJ �_ 08-9 R D CHU- T BORING TABLE BORINGID DEPTH(FT) APPROX APPROX APPROX. NORTHING FASTING ELEVATION B-t 1 6961080.48 211111711 46O B-2 8-3 B-4 l5 J5 J5 6961049.01 2385610,41 6966965.35 2385916.61 696J266.88 2385131.81 459 459 459 3-5 B-6 B-) B-8 75 ]5 75 85 696J3J5.83 2385928 38 6967383 65 2385J51 54 6966958 40 1385535 04 696J015.20 1385394 28 458 460 463 475 B-9 75 6961159.4' 2385609,21 459 B-10 75 696102t.83 2385594 84 46O B-11 B-12 B-13 J5 JS 75 696696J.22 2385748 38 696J158.05 2385812.51 6961O72.30 2385980 97 458 459 459 B-14 B-15 B-16 75 75 75 696J04J.90 2385813 08 696J295 45 238573048 696728201 2385941 55 459 459 458 B-17 55 6966548.07 131141417 476 8-18 3 6966626.43 238582076 480 PZ-A 40 6967019.02 2385665 36 459 PZ-B 40 696J379 79 2385922.35 458 N47ES. 1 ELEVATIONS NOTED HEREIN ARE IN FEET AND REFERENCED TO THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD 88). 2. THE AB -DRILLED TEST BORING LOCATIONS B-1 THROUGH B-18 WERE LOCATED BY CDM SMITH, INC USING A HANDHELD CPS UNIT 3. TEST BORINGS B-1 THROUGH B-18 WERE OBSERVED AND LOGGED ON A FULL-TIME BASIS BY A CUM SMITH ENGINEER. 4 THIS SURVEY INCLUDES SURFACE AND PVJJIMETRIC INFORMATION FROM SPOONER AND ASSOCIATES INC. DATED FEBRUARY 26. 2019. LEGEND 0E-1 DESIGNATION AND APPROXIMATE LOCATION OF TEST BORING DRILLED BY TEXPLOR OF DALLAS, INC BETWEEN FEBRUARY 22, 2022 AND JULY 18, 2023, AND BY CORECO USA, INC. ON FEBRUARY 29, 2024 ®PZ-A DESIGNATION AND APPROXIMATE LOCATION OF PIEZOMETERS. CITY OF FORT WORTH, TX FIGURE 2- mith VILLAGE CREEK WATER RECLAMATION FACILITY BORING LOCATION PLAN VILLAGE CREEK PRIMARY CLARIFIERS IMPROVEMENTS MAY 2024 Section 2 • Site and Subsurface Conditions were performed on select soil and rock samples obtained from the test borings. The laboratory testing program consisted of the following tests: ■ Atterberg Limits (ASTM D4318) ■ Particle Size Analysis (ASTM D422) ■ Percent Passing No. 200 Sieve (ASTM D1140) ■ Classification of Soils (ASTM D2487 and ASTM D2488) ■ Moisture Content (ASTM D2216) ■ Unconfined Compressive Strength (Soil) (ASTM D2166) ■ Unconsolidated-Undrained Triaxial Compression (ASTM D2850) ■ Unconfined Compressive Strength (Rock) (ASTM D7012, Method C) ■ One -Dimensional Swell Test (ASTM D4546) ■ One -Dimensional Consolidation (ASTM D2435) ■ Hydraulic Conductivity (ASTM D5084) ■ Soil pH (ASTM D4972) ■ Soil Resistivity (ASTM G57) ■ pH Lime Determination (TEX 121-E, Part III) ■ Sulfate Content (U.S. Environmental Protection Agency [EPA] 9056) ■ Chloride Content (EPA 9056) A summary of the geotechnical laboratory test results is shown in Table 2-1. The detailed laboratory test results from the subsurface investigation are included in Appendix B. 2.5 Subsurface Conditions In general, the subsurface conditions encountered during the test boring program consisted of fill anticipated to be from construction of the existing clarifier complex, underlain by native clays, a sand and gravel layer, and bedrock comprised of interbedded shale and limestone. 2-4 CDM Smith City of Forth Worth, Texas Village Creek Primary Clarifiers Improvements Arlington, Texas Table 2-1 Summary of Geotechnical Laboratory Test Results B-2 ET 4.0 - 6.0 Clay CH 248 - - - - - - - - - - - - - - - - - - B-2 ET-] 13.0 - 150 Clay CH 218 106.3 - - - - - - - - - - 0.25 122 - - - - - B-2 ET-8 18.0 - 200 Clay CH 237 -- - 57 21 36 - - - - - - - - - - - - - B-2 ET-9 23.0 - 25.0 Clay CH 23.5 103.5 - - - - 2,760 - - - - - - - - - - - - e-2 RC-2 60.0 - 65.0 Shale - 13.6 125.8 -- - - - - - 42.4 - - - - - - - - - - B-3 ET-1 0.0 - 2.0 Clay CH 24.1 101.9 - - - - - - - - - - 0.25 1,06 - - - - - B-3 ET-3 4.0 - 6.0 Clay CL 19.0 108.7 - - - - - 8,760 - - - - - - - 83 2,000 8,89 334 B-3 ET 13.0 - 150 Clay CH 22.9 - - 50 20 30 - - - - - - - - - - - - - B-3 ET 18.0 - 200 Clay CL 213 106.3 - - - - - 1,160 - - - - - - - - - - - B-3 ET-8 23.0 - 250 Clay CH 251 99.9 - - - - 840 - - - - - - - - - - - - B-3 ET-9 28.0 - 30.0 Clay CL 25.6 99.5 - 44 18 26 - - - 4,200 0,126 0,025 - - - - - - B-3 RC-4 65.0 - 70.0 Limestone - 6.4 143.2 - - - - - - 57.5 - - - - - - - - - B-4 ET 2.0 - 4.0 Clay CH 24.8 101.1 - - - - - - - - - - 0.25 0,89 - - - - - B-4 ET-5 8.0 - 100 Clay CL 229 105.7 - - - - - 5,120 - - - - - - - - - - - B-4 ET-6 13.0 - 150 Clay CH 248 - - 62 22 40 - - - - - - - - - - - - - B-4 ET-7 18.0 - 200 Clay CH 242 104.3 - 1,820 - - - - - - - - - - - - B-4 SS-12 28.0 - 300 Sand 5C 316 - 485 - - - - - - - - - - - - - - - - B-4 RC-4 70.0 - 750 Limestone - 7.1 140.4 - - - - - - 712 - - - - - - - - - - B-5 ET-1 0.0 - 2.0 Clay CL 12.4 124.7 - - - - 2,340 - - - - - - - - - - - - B-5 SS-0 6.0 - 7.5 Sand SP-SM 19.7 - 8.4 - - - - - - - - - - - - - - - - B-5 SS-7 18.5 - 20.0 Clay CL 23.5 - - 42 16 26 - - - - - - - - - - - - - B-5 SS-8 23.5 - 25.0 Clay CL 24.4 - 67.7 - - - - - - - - - - - - - - - - B-5 RC-2 10.0 - 150 Limestone - 110 135.1 - - - - - - 416 - - - - - - - - - - B-6 ET-5 8.0 - 10.0 Clay CH 22.1 104.4 - - - - 1,900 - - - - - US 0.38 - - - - - B-6 ET-6 13.0 - 15.0 Clay CH 23.9 101.2 - 53 21 32 - - - 3,800 0.106 0.025 - - - - - - - B-6 ET-7 18.0 - 20.0 Clay CH 24.8 105.3 - - - - - 3,220 - - - - - - - - - - - B-6 ET-9 28.0 - 30.0 Clay CH 30.0 - 99.5 - - - - - - - - - - - - - - - - B-6 RC-1 50.0 - 55.0 Shale - 14.4 122.8 - - - - - - 39.6 - - - - - - - - - - e-] ST-5 18.0 - 20.0 Clay CH 22.3 104.7 - - - - - 6,780 - - - - - - - - - - - e-] ST-6 23.0 - 25.0 Clay CH 23.8 - - 52 23 29 - - - - - - - - 4.5E-07 - - - - B-7 ST-9 38.0 - 40.0 Clay CL 22.1 - - 45 18 27 - - - - - - - - 6.2E-08 - - - B-7 RC-3 65.0 - 70.0 Shale - 11.0 131.9 - - - - - - 24.6 - - - - - - - - - - B-8 ST-3 14.0 - 160 Clay CH 214 - - 72 23 49 - - - - - - - - - - - - - e-8 ST-6 28.0 - 300 Clay CH 208 110.9 - 52 20 32 3,420 - - - - - - - - - - - - B-8 55-8 38.5 - 400 Sand 5C 222 - 690 - - - - - - - - - - - - - - - - B-8 SS-13 63.5 - 650 Sand SP-SM 216 - 5.5 - - - - - - - - - - - - - - - - B-8 RC-1 70.0 - 750 Limestone - 103 133.3 - - - - - - 5] 7 - - - - - - - - - - B-9 ST-3 14.0 - 16.0 Clay CH 25.5 - - 61 23 38 - - - - - - 0.7 1.04 - - - - - B-9 ST-7 33.0 - 35.0 Clay CL 25.2 - - 32 16 16 - - - - - - - - - - - - - B-9 SS-9 43.5 - 45.0 Sand Sc 12.5 - 23.1 - - - - - - - - - - - - - - - - B-9 SS-10 48.5 - 50.0 Clay CH 37.2 - 94.8 66 26 40 - - - - - - - - - - - - - B-9 RC-2 60.0 - 65.0 Shale - 10.4 131.0 - - - - - - 21.3 - - - - - - - - - - B-10 ST-3 14.0 - 16.0 Clay CH 23.4 - - 61 21 40 - - - - - - - - - - - - - B-10 ST-8 38.0 - 40.0 Clay CL 21.5 107.5 - 24 17 7 - 1,640 - 1,800 0.065 0.023 - - - - - - - B-10 SS-9 43.5 - 45.0 Clay CL 14.9 - 13.3 - - - - - - - - - - - - - - - - B-11 ST-2 12.0 - 14.0 Clay CL 23.0 - - 43 19 24 - - - - - - - - - - - - - B-11 ST-0 18.0 - 200 Clay CL 23.6 - - - - - - - - - - - - - 2.9E-07 - - - - B-11 ST-6 28.0 - 300 Clay CL 238 - - 46 18 28 - - - - - - - - - - - - - B-11 SS-8 38.5 - 400 Sand 5C 221 - 282 - - - - - - - - - - - - - - - - B-11 SS-11 53.5 - 550 Clay CH 157 - - 58 22 36 - - - - - - - - - - - - - B-11 RC-2 60.0 - 650 Limestone - 5.4 137.5 - - - - - - 672 - - - - - - - - - - B-12 ST-0 18.0 - 20.0 Clay CH - - - 57 22 35 - - - 2,400 0.095 0.014 - - - - - - - B-12 ST-5 23.0 - 25.0 Clay CL 24.5 - - 46 18 28 - - - - - - - - - - - - - B-12 ST-7 33.0 - 35.0 Clay CH 26.9 98.1 - - - - - 1,940 - - - - - - - - - - - B-12 ST-8 38.0 - 40.0 Clay CL 21.1 - - 24 16 8 - - - - - - - - - - - - - B-12 RC-2 55.0 - 60.0 Shale - 14.9 122.2 - - - - - - 16.4 - - - - - - - - - - B-13 Bag 0.0 - 100 Clay CH - - - - - - - - - - - - - - - 7.5 - - - B-13 ST-2 12.0 - 14.0 Clay CL 21.6 - - 38 16 22 - - - - - - - - - - - - - B-13 ST-3 14.0 - 16.0 Clay CH 22.7 101.1 - - - - - 940 - - - - - - - - - - - B-13 ST-4 18.0 - 20.0 Clay CH 21.5 - - - - - - - - - - - - - - 7.3 165 15.5 85 B-13 SS-5 23.5 - 25.0 Sand SC 24.3 - 62.8 33 17 16 - - - - - - - - - - - - - CDM Smith w.wasa Table 2-2 Summary of Geotechnical Laboratory Test Results B-13 ST-7 33.0 - 350 Sand SC 207 - 294 22 14 8 B-13 RC-3 60.0 - 650 Shale - 129 127.4 - - - - B-14 ST-0 18.0 - 20.0 Clay CL 24.0 102.7 - 46 20 26 B-14 ST-6 28.0 - 30.0 Clay CL 21.3 104.6 - 41 18 23 B-14 SS-8 38.5 - 40.0 Sand Sc 20.6 - 37.0 - - - B-14 SS-9 43.5 - 45.0 Sand SP-SM 14.9 - 3.4 - - - B-15 ST-2 12.0 - 140 Clay CH 224 - - 54 20 34 B-15 ST-5 23.0 - 25.0 Clay CL 22.3 102.1 - 46 20 26 B-15 ST-7 33.0 - 35.0 Sand SC 21.0 - - 25 15 10 B-15 ST-8 38.0 - 40.0 Sand SC 22.6 - 52.4 - - - B-15 SS-9 43.5 - 45.0 Sand SP-SM 17.6 - 3.1 - - - B-15 SS-10 48.5 - 50.0 Sand SP-SM 13.6 - 7.9 - - - B-15 RC-4 70.0 - 75.0 Limestone - 4.7 150.5 - - - - B-16 Bag 0.0 - 10.0 Clay CH - - - - - - B-16 ST-3 14.0 - 16.0 Clay CL 20.7 - - 38 17 21 B-16 SS-6 28.5 - 300 Clay CH 249 - 769 - - - B-16 SS-8 38.5 - 40.0 Clay CH 32.5 - 73.6 54 24 30 B-17 ST-3 4.0 - 6.0 Clay CH 246 - 77.7 54 21 33 B-17 ST-5 8.0 - 10.0 Clay CL 18.0 116.8 66.5 35 17 18 B-17 ST-7 18.0 - 200 Clay CH 190 112.5 840 50 18 32 B-17 ST-9 28.0 - 30.0 Clay CH 22.0 - 94.3 - - - B-17 ST-11 38.0 - 40.0 Clay CH 18.1 - 97.4 60 26 34 B-17 ST-13 48.0 - 500 Clay CL 210 - 712 38 18 20 B-17 ST-14 53.0 - 55.0 Clay CL 30.5 - 78.9 43 18 25 Notes 1 USCS classifications were performed in accordance with ASTM D2487 and ASTM D2488. 2 Moirtureconteittestswere performedin accordancewdh ASTM D2216 3 Percent passing No. 200 sieve tests were performed in accordance with ASTM D1140. 4 Atterberg limits tests were performed in accordance with ASTM D4318. 5 Unconfined Compression(UC) tests on soil were performed in accordance with ASTM D2166. 6 Unconsolidated-Undrained(UU) Triaxial Compression tests were performed in accordance with ASTM D2850. 7 UC tests on rock were performed in accordance with ASTM D7012, Method C. 8 One -Dimensional Consolidation tests were performed in accordance with ASTM D2435. 9 One-Dimensonal Swell tests were performed in accordance with ASTM D4546 10 Flexible Wall Permeameter tests were performed in accordance with ASTM D5084. 11 pH of soils was performed in accordance with ASTM D4972. 12 Resbtlyity of ,it, was Performed in accordance with ASTM G57 13 Sulfate Content and Chloride Content of Soils were performed in accordance with EPA 9056. City of Forth Worth, Texas Village Creek Primary Clarifiers Improvements Arlington, Texas 21 6 1,470 - - - 3,200 1,550 175.9 3,600 0.067 0.017 Abbreviations: - Test Not Performed cm/sec Centimeters per Second ft Feet pcf Pounds Per Cubic Foot psf Pounds Per Square Foot ksf Kips Per Square Foot LL Liquid Limn nni Milligrams per Kilogram ohm -cm Ohms -Centimeter PL Plastic Limit PI Plasticity Index tsf Tons Per Square Foot USCS Unified Soil Classification System USCS Classifiratlon Symbols: CL Lean Clay CH Fat Clay SP-SM Poorly Graded Sand with Silt SC Clayey Sand 9.0E-08 1.0E-08 CDM Smith w,,,,a x Section 2 • Site and Subsurface Conditions 2.6 Groundwater Conditions Groundwater was encountered during drilling in 12 of the test borings performed as part of the subsurface investigation (B-2 through B-8, B-10 through B-12, B-15, and B-17). Groundwater levels were measured in the test borings prior to introducing drilling fluid into the boreholes. The groundwater was measured to range from approximately 18 feet bgs to 37 feet bgs. The groundwater levels recorded in each test boring are presented in Table 2-2. As part of the subsurface investigation program, 2 piezometers were installed at the project site by Texplor to collect groundwater levels following completion of the test boring program. The piezometers were installed in separately drilled holes near the test boring locations, which includes PZ-A (near boring B-2) and PZ-B (near boring B-5). Groundwater levels in the piezometers were measured periodically by CDM Smith between March 2, 2022, and April 18, 2024. The range of groundwater levels in the piezometers are presented in Table 2-2. Table 2-2 Summary of Groundwater Levels from Piezometers 1. Groundwater levels recorded between 3/2/2022 and 4/18/2024. A complete record of the piezometer installation logs and collected groundwater level readings are included in Appendix C. 2.7 Expected Variations in Subsurface Conditions Interpretation of general subsurface conditions presented herein is based on soil, rock and groundwater conditions observed at the test boring and piezometer locations reviewed as part of this study. Subsurface conditions encountered during construction may vary from those encountered in the test borings. Water levels measured in the open boreholes and piezometers should not necessarily be considered to represent stabilized groundwater levels. Water levels can be expected to fluctuate with season, water levels in nearby rivers/creeks, temperature, climate, construction in the area, and other factors. Actual conditions during construction may be different from those observed at the time of the explorations. cSmith 2-7 Appendix A Test Boring Logs Smith Sheet 1 of 1 Boring Number: B-1 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc/Scott Campbell Surface Elevation (ft): 460.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/3.25 in. Total Depth (ft): 1.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time NE Lat: 32.7736138 Long:-97.1428833 Abandonment Method: Backfilled with soil cuttings. Drilling Date: Start: 2/22/2022 End: 2/22/2022 Logged By: Jenna Song, EIT C L N N d GI •v C.N ad aM a � O �v 7 d J 'a R s a E p E E 3 w Y w a .`@. Material Description Remarks LU N fn N Z rA J C 00 U V Z 00 to °' a c� rY 400.0 0 ST 1 12 7 N/A 3.0 J Moist, ver stiff, brown, Silt CLAY, trace ravel Gravel on J y y g ground surface. LL rFILL1 ----------- Concrete Test boring terminated at 1.0 feet bgs. obstruction encountered at 1 ft. bgs. - 455.0 5 - -450.0 10- -445.0 15- - 440.0 20 - Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 6/29/2022 Boring Number: B-1 Sheet 1 of 4 Boring Number: B -2 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/3.25 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 33.0 3/1/2022 13:30 Lat: 32.7735250 Long:-97.1426472 Abandonment Method: Backfilled with cement bentonite grout. Drilling Date: Start: 3/1/2022 End: 3/1/2022 Logged By: Jenna Song, EIT L d = 0 aa£ 3 0 E t .`@. Material Description Remarks caH R lL r7 to N Z Cn J m rp R a to Z R y Y -436.3 G ST 1 12 5 N/A Moist, very stiff to soft, brown, CLAY, little ravel and Gravel on Y g calcareous nodules [FILL]. surface. ST 2 12 8 N/A - ST 3 24 10 N/A J J LL -453.0 5- ST 4 24 17 N/A 1 Moist, soft, brown, CLAY, some orange sand, trace gravel - SS 5 18 1 8 2 and calcareous nodules (CH). 1 3 SS 6 18 4 14 8 4 -448.0 10- Moist, stiff, brown, CLAY, trace calcareous nodules (CH). - ST 7 24 12 N/A -443.0 15 a J U - ST 8 24 13 N/A - 438.0 20 ST 9 24 18 N/A Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch g p Granular (Sand): Fine Grained (Clay): and 50 - 35% 35 20 /o SS - Split Spoon CS - California Sampler ST - Shelby Tube V. Loose: 0-4 some - Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample NX - 2.2" Rock Core Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 6/29/2022 Boring Number: B-2 Sheet 2 of 4 Boring Number: B -2 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 0 J R > N Ed E E E 3 0 E t R Material Description Remarks lL r7 R H to M 7 to Z R c U) a, o '_ m r9 R O to Z fl- fn -433.V 25 - - Moist, stiff, brown, CLAY, trace calcareous nodules (CH). Q - - ST 10 24 18 N/A J U - 428.0 30 Wet, medium stiff, brown, CLAY, trace silt (CL). - ST 11 24 15 N/A -423.0 35 J U H J_ in 1 Moist, very loose, light brown, Clayey SAND (SC). _ SS 12 18 1 13 3 -418.0 40 2 _ 8 Moist, medium dense, light brown, Clayey SAND, trace SS 13 18 8 18 18 gravel (SC). -413.0 45 10 0 Q - - } w Q J U 2 Moist, medium dense, brown, Clayey SAND, little gravel _ SS 14 18 3 13 11 (SC). - 408.0 50 8 - - Driller indicated 22 Moist, dense, brown, Clayey SAND (SC). shale was encounteredat SS 15 18 s0 12 >50 Moist, dense, dark gray, SHALE. around . bgs. -403.0 55 See next page for rock material descriptions. w - - J Q Cn Boring Number: B-2 Sheet 3 of 4 Boring Number: B -2 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks m _w E aniz rn p~'n0v J 0 G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 - -403.0 55 NX 16 60 80 80 NR Medium hard, slightly fractured, slightly weathered, w light gray SHALE. Q x Boring Number: B-2 Sheet 4 of 4 Boring Number: B -2 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks 4) _w E aniz rn p~'nUv J 0 G7 Medium hard, slightly fractured, slightly weathered, -398.0 60 light gray SHALE. w _ _ NX 17 60 100 100 NR J Q 2 n - 393.0 65 Medium hard, slightly fractured, slightly weathered, - light gray LIMESTONE to fossiliferous LIMESTONE. NX 18 60 100 88 NR w z - 388.0 70 0 u~i w J NX 19 60 100 100 NR - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-2 Sheet 1 of 4 Boring Number: B-3 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc/Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/3.25 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 18.0 2/22/2022 13:50 Lat: 32.7732861 Long:-97.1418500 Abandonment Method: Backfilled with cement bentonite grout. Drilling Date: Start: 2/22/2022 End: 2/25/2022 Logged By: Jenna Song, EIT C L N N d GI •v C.N ad a� a �v 7 'a � i1 O J 16 CL s a 3 w Y w a .`@. Material Description Remarks LU N rn N Z rn J C 00 U V Z 00 to °' rY a c� -436.3 3 Moist, stiff to hard, brown, CLAY [FILL]. 2 inch thick gravel on ST 1 24 12 N/A 2.5 surface. ST 2 24 12 N/A 4.5 J J -Trace fine gravel [FILL]. -453.0 5- ST 3 24 12 N/A 2.5 Moist, medium stiff, brown, CLAY, trace fine gravel - ST 4 24 12 N/A 2.0 (CH). ST 5 24 11 N/A 2.0 -448.0 10 a J U Moist, soft, red brown, CLAY, trace fine gravel - ST 6 25 13 N/A 0.75 (CH). -443.0 15 Moist, stiff, brown, CLAY, little fine sand (CL). - - a J U i z a w J ST 7 24 24 N/A 2.0 4387 20 Moist, soft, brown, CLAY, little fine sand (CH). a J U ST 8 24 24 N/A 0.5 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch g p Granular (Sand): Fine Grained (Clay): and 50 - 35% 35 20 /o SS - Split Spoon CS - California Sampler ST - Shelby Tube V. Loose: 0-4 some - Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample NX - 2.2" Rock Core Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 6/29/2022 Boring Number: B-3 Sheet 2 of 4 Boring Number: B-3 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a Moist, soft, brown, CLAY, little fine sand (CH). _ _ Q J U Moist, soft, dark brown, Silty CLAY (CL). ST 9 24 19 N/A 0.5 - 428.0 30 U z W W J 3 Moist, loose, gray, fine to medium SAND, trace _ SS 10 18 3 18 9 clay (SP). -423.0 35 6 2 Moist, medium dense, gray, fine to coarse SAND, _ SS 11 18 10 18 21 trace gravel (SP). -418.0 40 11 - - o z - U 12 Moist, dense, light brown, fine to coarse SAND, _ SS 12 18 20 14 41 some coarse gravel (SP). -413.0 45 21 16 Moist, very dense, light brown, fine to coarse - SS 13 17 21 12 >71 SAND and coarse GRAVEL (SP). -408.0 50 50/5" Moist, hard, dark gray, SHALE. W _ _ J Q 2 -403.0 55- See next page for rock material descriptions. Boring Number: B-3 Sheet 3 of 4 Boring Number: B-3 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks m _w E aniz rn p~'nUv J 0 G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 - -403.0 55 NX 15 60 100 90 w J Q Soft, slightly weathered, moderately fractured, dark gray SHALE. 3.0 200 Medium, slightly weathered, slightly fractured, dark \ w°ZI gray LIMESTONE. Boring Number: B-3 Sheet 4 of 4 Boring Number: B-3 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks 4) niz v_w E O"CL n p~'n dU' 0J G7 2 o w Medium, slightly weathered, slightly fractured, dark -398.0 60 U) gray LIMESTONE. Medium, slightly weathered, slightly fractured, dark gray SHALE. NX 16 60 99 85 3.0 200 w _ _ J Q 2 - 393.0 65 Medium hard, slightly weathered, slightly fractured, NX 17 60 100 100 3.0 200 dark gray to light gray LIMESTONE to fossiliferous LIMESTONE. - 388.0 70 w 0 0 Ui - - w J NX 18 60 100 100 3.0 200 - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-3 Sheet 1 of 4 Boring Number: B-4 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 460.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/3.25 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 18.0 2/22/2022 9:10 Lat: 32.7732861 Long:-97.1427639 Abandonment Method: Backfilled with cement grout and asphalt patch. Drilling Date: Start: 2/22/2022 End: 2/22/2022 Logged By: Jenna Song, EIT C L N N d GI •v C.N ad a� a � O �v 7 i1 J 'a 16 a CL s 3 w Y w a .`@. Material Description Remarks LU N rn N Z rA J C 00 U) V Z 00 to °' a c� rY -403.0 0 Moist, medium stiff, brown, CLAY, trace calcareous 7 inch thick ST 1 24 11 N/A 1.25 asphalt on nodules [FILL]. surface. 1 inch thick _ aggregate base. ST 2 24 16 N/A 2.25 J -455.0 5- ST 3 24 15 N/A 2.0 lL - ST 4 24 13 N/A 2.25 - ST -450.0 10 - ST -445.0 15 Moist, stiff, brown, CLAY, trace calcareous nodules 5 24 15 N/A 2.25 w (CL). JU Moist, stiff, brown, CLAY, trace calcareous nodules (CH). 6 24 13 N/A 2.25 a J U Wet, very stiff, brown, CLAY, trace fine gravel (CH). - ST 7 24 12 N/A 4.0 -440.0 20 Wet, stiff, dark gray, Silty CLAY (CL). a J - U Z a W 4 J SS 8 18 5 18 10 5 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch g p Granular (Sand): Fine Grained (Clay): and 50 - 35% 35 20 /o SS - Split Spoon CS - California Sampler ST - Shelby Tube V. Loose: some - 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 6/29/2022 Boring Number: B-4 Sheet 2 of 4 Boring Number: B-4 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d o CO inz' rn c�CO m Z o" in � (D a -43V.V 20 Wet, stiff, dark gray, Silt CLAY CL a 9 Y� Y ( )• J - - U - - z a w J Moist, very loose, gray, Clayey SAND (SC). ST 9 24 24 N/A 0.75 - 430.0 30 0 z i a U) In a - - ST 10 24 24 N/A 0.5 J -425.0 35 w Wet, very soft, gray, Clayey SILT (CL). - ST 11 24 7 N/A 0.0 ~ aU) 420.0 40 U Wet, very loose, dark gray, medium to fine SAND, - little silt, with 2 inch thick wood fragments at 44.5 ft. bgs. (SP). - o z a 1 _ _ SS 12 18 1 18 2 -415.0 45 1 Wet, medium dense, light brown and gray, fine to - coarse GRAVEL and fine to coarse SAND (GW). 5 J w SS 13 18 7 6 15 a -410.0 50 8 � U Driller indicated stiff drilling at 52 _ ft. bgs. _ 22 Moist, hard, dark gray, SHALE. SS 14 12 50 14 >50 -405.0 55 w See next page for rock material descriptions. _ _ J Q 2 Cn Boring Number: B-4 Sheet 3 of 4 Boring Number: B-4 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o � '52a s t `�° Material Description Remarks wm �n~ inz' rn aUiv 0: _ E 3` a rn p J 0 G7 -43V.V 20- See previous page for soil material descriptions. - 430.0 30 - -425.0 35- - 420.0 40 - -415.0 45- -410.0 50- -405.0 55 NX 15 60 63 63 3.0 200 w Medium, slightly weathered, slightly fractured, dark gray SHALE. U) Medium, slightly weathered, slightly fractured, light t„ gray LIMESTONE. Boring Number: B-4 Sheet 4 of 4 Boring Number: B-4 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks w4)�n~ inz' rn aUiv 0: _ E 3` a rn p J 0 G7 2 o w Medium, slightly weathered, slightly fractured, light -400.0 60 U) gray LIMESTONE. Soft to medium, slightly weathered, slightly fractured, dark gray SHALE. w NX 16 60 97 87 3.0 200 J = -395.0 65 Medium hard to medium, slightly weathered, slightly - fractured, light gray Fossiliferous LIMESTONE to LIMESTONE. NX 17 60 100 100 3.0 200 _ w z - 390.0 70 0 u~i w 2 J NX 18 60 93 93 3.0 200 -With shale seams - 385.0 75 Test boring terminated at 75.0 feet bgs. - 380.0 80 - - 375.0 85 - - 370.0 90 - Boring Number: B-4 Sheet 1 of 4 Boring Number: B-5 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/3.25 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 33.5 2/28/2022 13:30 Lat: 32.7744139 Long:-97.1417944 Abandonment Method: Backfilled with cement bentonite grout. Drilling Date: Start: 2/28/2022 End: 3/1/2022 Logged By: Jenna Song, EIT C L N N d GI •v C.N ad aM a � O �v 7 d J 'a R a CL s 3 w Y w a .`@. Material Description Remarks LU N rn N Z rn J C 00 U) V Z 00 to °' a c� rY -436.3 0 Moist, very stiff to very soft, reddish brown to Grass and ST 1 24 11 N/A 4.5 gravel on brown, Sandy CLAY, trace gravel [FILL]. surface. -Trace calcareous nodules [FILL]. J ST 2 24 6 N/A 3.5 J -Trace fine to coarse sand [FILL]. -453.0 5- ST 4 24 13 N/A 1 J Moist, very loose, reddish brown, SAND, some silt SS 3 18 1 14 3 (SP-SM). Moist, soft, reddish brown to brown, Sandy CLAY 1 (CL). SS 5 18 1 2 2 1 -448.0 10- _ _ 1 SS 6 18 1 18 3 -443.0 15 2 Moist, soft, brown, CLAY, some sand (CL). a J U Z Q W J 2 Moist, soft, brown, CLAY, little sand (CL). SS 7 18 2 19 4 - 438.0 20 2 2 Moist, soft, dark brown, CLAY, trace silt (CL). SS 8 18 2 24 4 2 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 6/29/2022 Boring Number: B-5 Sheet 2 of 4 Boring Number: B-5 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a Moist, soft, dark brown, CLAY, trace silt (CL). 2 Moist, medium stiff, dark gray, Silty CLAY (CL). SS 9 18 2 25 5 -428.0 30 3 Moist, medium stiff, dark gray, CLAY, trace silt (CL). i a _ 2 0 Wet, medium stiff, dark gray, CLAY, trace sand SS 10 18 4 23 7 z (CL). -423.0 35 3 w J 1 Moist, soft, dark gray, Silty CLAY (CL). _ SS 11 18 1 23 2 -418.0 40 1 _ 6 Wet, medium dense, dark gray, fine to coarse SS 12 18 15 10 29 SAND, little gravel, trace clay (SP). -413.0 45 14 Driller indicated hard drilling at _ _ Z 47 ft. bgs. Q _ Wet, very dense, brown, GRAVEL and fine to SS 13 3 50/3" 5 >50 coarse SAND (GP). - 408.0 50 J _ _ W Q lY CD 26 Wet, very dense, dark gray, SHALE. _ SS 14 18 32 7 61 -403.0 55 29 See next page for rock material descriptions. W _ _ J Q S Cn Boring Number: B-5 Sheet 3 of 4 Boring Number: B-5 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks m _w E aniz rn p~'n0v J 0 G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 - -403.0 55 NX 15 60 60 48 3.0 200 LU Medium hard, moderately weathered to slightly Q weathered, moderately fractured to slightly fractured, U) dark gray to light gray SHALE. Boring Number: B-5 Sheet 4 of 4 Boring Number: B-5 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks 4) niz v_w E O"CL n p~'n dU' 0J G7 w Medium hard, moderately weathered to slightly -398.0 60 U) weathered, moderately fractured to slightly fractured, \ dark qray to liqht qray SHALE. / Medium hard, slightly weathered, slightly fractured, light gray LIMESTONE to fossiliferous LIMESTONE. NX 16 60 100 95 3.0 200 - 393.0 65 w z NX 17 60 92 82 3.0 200 O ~i) w J - 388.0 70 NX 18 60 100 95 3.0 200 - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-5 Sheet 1 of 4 Boring Number: B-6 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/3.25 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 28.0 2/28/2022 9:30 Lat: 32.7744417 Long:-97.1423694 Abandonment Method: Backfilled with cement bentonite grout. Drilling Date: Start: 2/28/2022 End: 2/28/2022 Logged By: Jenna Song, EIT C L N N d GI •v C.N ad aM a � �v 7 d 'a O J R s a E p E E 3 w Y w a .`@. Material Description Remarks LU N rn N Z rn J C 00 U) V Z 00 to °' a rY c� -436.3 0 Moist, very stiff to soft, brown, CLAY, little to some Gravel on ST 1 24 8 N/A sand [FILL]. surface. -With piece of concrete [FILL]. ST 2 24 8 N/A 4.0 2 J ri 453.0 5 SS 3 18 2 13 5 3 3 - SS 4 18 3 14 9 3.5 6 Moist, medium stiff, brown and gray, CLAY, some - ST 5 24 16 N/A 1.5 sand, trace gravel (CH). -448.0 10 - ST 6 24 21 N/A 1.5 -443.0 15 - - a J U - ST 7 24 22 N/A 1.0 - 438.0 20 ST 8 24 19 N/A 1.75 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch g p Granular (Sand): Fine Grained (Clay): and 50 - 35% 35 20 /o SS - Split Spoon CS - California Sampler ST - Shelby Tube V. Loose: 0-4 some - Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample NX - 2.2" Rock Core Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 6/29/2022 Boring Number: B-6 Sheet 2 of 4 Boring Number: B-6 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � (L -433.V 25 - - Moist, medium stiff, brown and gray, CLAY, some sand, trace gravel (CH). - - a i L) Wet, soft, brown, CLAY (CH). ST 9 24 21 N/A 0.75 -428.0 30 Wet, very soft, brown, Silty CLAY (CL). - ST 10 24 15 N/A 0.0 -423.0 35 - a 3 Wet, very soft, brown, Silty CLAY, trace fine sand SS 11 18 3 18 6 a and gravel (CL). -418.0 40 w J 1 _ _ SS 12 18 3 6 6 -413.0 45 3 _ 26 Moist, very dense, gray, SHALE, trace fine sand SS 13 11 50/5" 8 >50 and clay. 408.0 50 See next page for rock material descriptions. w _ _ J Q 2 -403.0 55- Boring Number: B-6 Sheet 3 of 4 Boring Number: B-6 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks m _w E aniz rn p~'nUv J 0 G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 NX 14 -403.0 55 NX 15 60 57 57 60 100 95 Medium hard, slightly weathered, slightly fractured, dark gray SHALE. NR w NR v w Medium hard, slightly weathered, slightly fractured, 2 o light gray LIMESTONE. J Boring Number: B-6 Sheet 4 of 4 Boring Number: B-6 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks 4) niz v_w E O"CL n p~'n dU' 0J G7 � o w Medium hard, slightly weathered, slightly fractured, -398.0 60 < . light pray LIMESTONE. UJ Hard, slightly weathered, slightly fractured, dark gray SHALE. i Hard, slightly weathered to moderately weathered, NX 16 60 100 100 NR slightly fractured to moderately fractured, light gray LIMESTONE to fossiliferous LIMESTONE. - 393.0 65 NX 17 60 100 100 NR w o U) w 2 J - 388.0 70 NX 18 60 100 95 NR - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-6 Sheet 1 of 4 Boring Number: B-7 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 462.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 37.0 7/6/2023 9:29 Lat: 32.7732810 Long:-97.1430920 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/6/2023 End: 7/6/2023 Logged By: G. Chen C L N N d GI 0. � �v 7 d JO R a CL 3 Y w a .`@. Material Description Remarks LU N fn N Z N J O. 00 U) V Z 00 to °' a c� rY -402.0 0 Dry, dark brown, CLAY, trace coarse gravel [FILL]. J - 457.0 5- J_ LL - - -------------------------------- Dry, dark brown, CLAY, trace coarse gravel, (CH). 452.0 10 SS SS-1 18 ST ST-2 12 ST ST-3 12 ST ST-4 12 -447.0 15 - ST ST-5 24 - 442.0 20 ST ST-6 24 2 Dry, stiff, dark brown, CLAY, trace sand, (CH). 3 12 9 6 8 N/A 4.5 Dry, very stiff, dark brown, CLAY, trace sand, (CH). 10 N/A 4.0 Dry, stiff, dark brown, CLAY, trace fine sand, (CH). 9 N/A 2.5 Dry, stiff, brown, CLAY, trace fine sand, (CH). a J U Dry, stiff, brown, CLAY, trace fine sand, (CH). 18 N/A 3.0 23 N/A 3.4 Dry, stiff, brown, CLAY, little fine sand, (CH). The hole was backfilled with sand when vac - truck work was completed. Sand encountered between 10 ft. bgs. to 11.5 ft. bgs. is likely from the backfill. Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-7 Sheet 2 of 4 Boring Number: B-7 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c�CO m Z o" in � a -43/.V 25 - - Dry, stiff, brown, CLAY, little fine sand, (CH). Dry, medium stiff, dark brown, CLAY, (CH). ST ST-7 24 22 N/A 1.8 - 432.0 30 Dry, stiff, brown, CLAY, (CH). - ST ST-8 24 20 N/A 3.3 a J U -427.0 35 Dry, medium stiff, brown, CLAY, little fine sand, - ST ST-9 24 21 N/A 2.0 (CL). - 422.0 40 - SS-1 11 Moist to wet, dense, brown, fine to coarse SS 0 18 19 15 38 GRAVEL, little clay, (GW-GC). -417.0 45 19 - - J W _ __ _ 2 Moist, dense, light brown, fine to coarse GRAVEL, SS SS-11 18 10 18 21 some fine sand, (GW). -412.0 50 11 - - SS SZ-1 12 33 16 >50 Dry, very dense, grayish brown, SHALE, little clay. 50/5.5" - 407.0 55 - See next page for rock material descriptions. W _ _ J Q S Boring Number: B-7 Sheet 3 of 4 Boring Number: B-7 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks m _w E aniz rn p~'n0v J 0 G7 -43/.0 25- See previous page for soil material descriptions. - 432.0 30 - -427.0 35- - 422.0 40 - -417.0 45- -412.0 50- - 407.0 55 NX RC-1 60 83 66 NR Ui Soft, slightly weathered, moderately fractured, gray, Q fine grained SHALE; Bedding: thin, low angle; U) primary joint set: close, slickensided, planar, discolored Boring Number: B-7 Sheet 4 of 4 Boring Number: B-7 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o � '52a s t `�° Material Description Remarks w4)�n~ inz' p rn J a�iv d' 0: _ E 3` a O" 0 rn G7 Soft, slightly weathered, moderately fractured, gray, -402.0 60 fine grained SHALE; Bedding: thin, low angle; primary joint set: close, slickensided, planar, discolored. Soft to hard, slightly weathered, slightly fractured, NX RC-2 60 34 24 NR gray, fine grained SHALE; bedding: very thin, horizontal; primary joint set: horizontal, rough, planar, discolored, partly open. w - 397.0 65 J Q 2 U) Soft to hard, slightly weathered, slightly fractured, - gray, fine grained SHALE; bedding: very thin, horizontal; primary joint set: horizontal, smooth NX RC-3 60 92 87 NR slickensided, planar, discolored, tight. - 392.0 70 Hard, slightly weathered, slightly fractured, gray, fine - grained LIMESTONE; bedding: very thin, horizontal; Z primary joint set: horizontal, rough, planar, NX RC-4 60 100 100 NR o discolored, very tight. w J - 387.0 75 Test boring terminated at 75.0 feet bgs. - 382.0 80 - - 377.0 85 - - 372.0 90 - Boring Number: B-7 Sheet 1 of 4 Boring Number: B-8 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 474.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/4 in. Total Depth (ft): 85.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 36.0 7/10/2023 13:42 Lat: 32.7734420 Long:-97.1435470 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/10/2023 End: 7/11/2023 Logged By: G. Chen C L N N d d•v GN ad a� a � O �v 7 !Z J 'a R s a E p E E 3 w Y w a .`@. Material Description Remarks LU N fn N Z rA J C 00 U) V Z 00 to °' a c� rY a7a.a o Dry, brown, CLAY [FILL]. J J Water pipeline LL encountered at 3 _ ft. bgs. - 469.0 5 - - - -------------------------------- Dry, brown, CLAY, (CH). -464.0 10 5 Moist, medium stiff, dark brown, CLAY, trace fine SS SS-1 18 10 13 24 sand, (CH). 14 Moist, very stiff, dark brown, CLAY, trace fine sand, ST ST-2 24 13 N/A 4.5 (CH). Moist, very stiff, dark brown, CLAY, trace fine sand, -459.0 15- ST ST-3 24 12 N/A 4.5 a (CH). J U Dry, stiff, dark brown, CLAY, (CH) - ST ST-4 24 17 N/A 3.5 - 454.0 20 Dry, stiff, brown, CLAY, (CH). ST ST-5 24 16 N/A 3.2 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-8 Sheet 2 of 4 Boring Number: B-8 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c�CO in Z o" in � a Dry, stiff, brown, CLAY, (CH). Dry, medium stiff, brown, CLAY, trace fine sand, ST ST-6 24 18 N/A 1.4 (CH). - 444.0 30 a J Moist, stiff, brown, CLAY, (CH). ST ST-7 24 23 N/A 2.2 -439.0 35 1 - 3 Moist tc wet, loose, brown and gray, fine SAND, _ SS SS-8 18 3 22 7 some clay, (SC). - 434.0 40 4 - - o z _ 2 va, Moist to wet, loose, brown, fine SAND, some clay, SS SS-9 18 3 20 5 trace coarse gravel, (SC). -429.0 45 2 - SS-1 2 Moist, soft, grayish brown, CLAY, little fine sand SS 0 18 2 21 4 and fine gravel, (CH). -424.0 50 r 1 Moist to wet, medium stiff, grayish brown, CLAY, SS SS-11 18 3 21 6 little fine sand and fine to coarse gravel, (CH). -419.0 55 3 Moist to wet, soft, brown, CLAY, little fine sand and coarse qravel, (CH). Boring Number: B-8 Sheet 3 of 4 Boring Number: B-8 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t Material Description Remarks w d 7 �n~ inz' rn c� m CO 0 Z o" � in � (D a SS SS-1 18 1 14 3 Moist to wet, soft, brown, CLAY, little fine sand and -414.0 60 2 '- coarse gravel, (CH). - - a J U - - SS-1 7 Moist, medium dense, brown, fine SAND, little silt, SS 3 18 12 15 26 (SP-SM). -409.0 65 14 z a - --------- W -Dry-,-very---stiff, gray---and---brown---,-SHALE-----s , ome-cla-y.- J - - ST ST-14 24 6 N/A 4.5 = U) See next page for rock material descriptions. - 399.0 75 - -394.0 80- - 389.0 85 - -384.0 90- Boring Number: B-8 Sheet 4 of 4 Boring Number: B-8 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks 4) _w E aniz rn p~'nUv J 0 G7 See previous page for soil material descriptions. -414.0 60- -409.0 65- - 404.0 70 NX RC-1 60 85 85 NR - 399.0 75 NX RC-2 60 97 97 NR -394.0 80 NX RC-3 60 100 95 NR - 389.0 85 -384.0 90- Soft, moderately weathered, slightly fractured, gray, fine grained LIMESTONE; Bedding: medium, low Z angle; primary joint set: horizontal, rough, undulating, decomposed, partly open. w ---------------------------------- Soft, moderately weathered, slightly fractured, gray, fine grained SHALE; Bedding: thick, low angle; primary joint set: horizontal, rough, undulating, decomposed, tight. w J Q Soft, slightly weathered, slightly fractured, gray, fine grained SHALE; Bedding: thin, low angle; primary joint set: horizontal, rough, undulating, discolored, tight. Test boring terminated at 85.0 feet bgs. Boring Number: B-8 Sheet 1 of 4 Boring Number: B -9 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 460.0 Drilling Method/Bore Hole Diameter: HSA/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time NE Lat: 32.7738310 Long:-97.1428420 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/11/2023 End: 7/11/2023 Logged By: G. Chen C L T 0. 0 O � v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -433.0 0 Dry, brown, CLAY [FILL]. J J_ LL - 455.0 5 - - - -------------------------------- Dry, brown, CLAY, (CH). -450.0 10 2 Moist to wet, medium stiff, brown, CLAY, some fine SS SS-1 18 4 13 8 sand, (CH). 4 Moist, stiff, dark brown, CLAY, little fine sand, (CH). ST ST-2 24 14 N/A 2.7 Moist, medium stiff, dark brown, CLAY, trace fine -445.0 15- ST ST-3 24 16 N/A 1.6 a sand, (CH). J U Moist, medium stiff, dark brown, CLAY, trace fine - ST ST-4 24 22 N/A 1.7 sand, (CH). - 440.0 20 Moist, medium stiff, dark brown, CLAY, trace fine ST ST-5 24 20 N/A 1.4 sand, (CH). Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-9 Sheet 2 of 4 Boring Number: B -9 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a Moist, medium stiff, dark brown, CLAY, trace fine sand, (CH). Moist, medium stiff, grayish brown, CLAY, (CH). ST ST-6 24 21 N/A 1.4 - 430.0 30 --------------------------------- Moist, very soft, gray, CLAY, little fine sand, trace - ST ST-7 24 23 N/A 0.3 J coarse gravel, (CL). U -425.0 35 2 --------------------------------- Moist, soft, gray, CLAY, (CH). _ SS SS-8 18 2 22 5 - 420.0 40 3 _ 6 Moist to wet, medium dense, gray to brown, fine to SS SS-9 18 6 13 13 coarse SAND, some fine to coarse gravel and clay, -415.0 45 7 (SC). 0 z a - SS-1 6 Moist tc wet, medium stiff, brown, CLAY, little fine SS 0 18 17 5 to coarse sand and fine to coarse gravel, (CH). -410.0 50 a a J - - U Dry, very stiff, gray, SHALE, some clay. - ST ST-11 24 15 N/A 4.5 - 405.0 55 J See next page for rock material descriptions. a Boring Number: B-9 Sheet 3 of 4 Boring Number: B -9 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks m _w E aniz rn p~'n0v J 0 G7 See previous page for soil material descriptions. - 430.0 30 - -425.0 35- - 420.0 40 - -415.0 45- -410.0 50- -405.0 55 NX RC-1 60 67 67 NR J Soft to hard, slightly weathered, slightly fractured, = gray, fine grained SHALE; Bedding: thin, low angle; U) primary joint set: horizontal, rough, undulating, discolored, partly open. Boring Number: B-9 Sheet 4 of 4 Boring Number: B -9 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'nUv 4) J _w E aniz 0 rn G7 Soft to hard, slightly weathered, slightly fractured, -400.0 60 gray, fine grained SHALE; Bedding: thin, low angle; primary joint set: horizontal, rough, undulating, discolored, partly open. w Q Soft, slightly weathered, slightly fractured, gray, fine NX RC-2 60 100 100 NR n grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, discolored, tight. 395.0 65 Hard, slightly weathered, slightly fractured, gray, fine - grained LIMESTONE; Bedding: medium, low angle; primary joint set: horizontal, rough, undulating, NX RC-3 60 100 93 NR discolored, partly open. w z 390.0 70 0 w Hard, slightly weathered, slightly fractured, gray, fine grained LIMESTONE; Bedding: thick, horizontal; primary joint set: low angle, rough, planar, discolored, NX RC-4 60 98 98 NR tight. - 385.0 75 Test boring terminated at 75.0 feet bgs. - 380.0 80 - - 375.0 85 - - 370.0 90 - Boring Number: B-9 Sheet 1 of 4 Boring Number: B-10 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 36.0 7/10/2023 9:08 Lat: 32.7734530 Long:-97.1428940 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/10/2023 End: 7/10/2023 Logged By: G.Chen C L T 0. 0 O � v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -43b.3 G Dry, brown, CLAY [FILL]. J J_ LL - 453.0 5 - -448.0 10 2 SS SS-1 18 2 16 5 3 - ST ST-2 24 18 N/A 3.3 -443.0 15- ST ST-3 24 17 N/A 2.9 a J U - ST ST-4 24 18 N/A 2.1 - 438.0 20 ST ST-5 24 24 N/A 3.8 -------------------------------- Dry, brown, CLAY, (CH). Moist, soft, brown, CLAY, little fine sand, (CH). Moist, stiff, brown, CLAY, little sand, (CH). Moist, stiff, brown, CLAY, trace fine sand, (CH). Moist, stiff, brown, CLAY, trace silt, (CH). Moist, stiff, brown, CLAY, (CH). Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-10 Sheet 2 of 4 Boring Number: B-10 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d o CO inz' rn c� m CO 0 Z o � a -433.V 25 - - Moist, stiff, brown, CLAY, (CH). Moist, stiff, brown, CLAY, trace silt, (CH). ST ST-6 24 19 N/A 3.3 - 428.0 30 a J _ U Dry, stiff, dark brown, CLAY, trace silt, (CH). ST ST-7 24 20 N/A 2.2 -423.0 35 Moist to wet, very soft, grayish brown, CLAY, some - ST ST-8 24 24 N/A 0.3 fine sand, (CH). Sand -418.0 40 encountered at 39.5 ft. bgs. _ 5 o Moist, medium dense, yellowish brown, fine to SS SS-9 18 5 6 11 a coarse SAND, some fine to coarse gravel and clay, -413.0 45 6 (SW). SS 1 10 } Moist to wet, hard, brown, CLAY, some fine to SS 0 18 17 15 52 coarse sand and fine to coarse gravel, little shale, Shale - 408.0 50 35 (CH). encountered at 49.5 ft. bgs. ST ST-11 24 7 N/A 4.5 � = Dry, very stiff, gray, SHALE, little clay. -403.0 55 U) See next page for rock material descriptions. Boring Number: B-10 Sheet 3 of 4 Boring Number: B-10 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'n0v m J _w E 0 aniz rn G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 - -403.0 55 NX RC-1 60 75 70 NR w Q x U) Soft, slightly weathered, moderately fractured, gray, fine grained SHALE; Bedding: thick, low angle; primary joint set: horizontal, rough, planar, discolored, tight. Boring Number: B-10 Sheet 4 of 4 Boring Number: B-10 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks w4)�n~ inz' p rn J a�iv d' 0: _ E 3` a O" 0 rn G7 Soft, slightly weathered, moderately fractured, gray, -398.0 60 fine grained SHALE; Bedding: thick, low angle; primary joint set: horizontal, rough, planar, discolored, tight. w Q Soft, moderately weathered, moderately fractured, NX RC-2 60 97 85 NR n gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, decomposed, partly open. 393.0 65 Hard, slightly weathered, slightly fractured, gray, fine - to medium grained LIMESTONE; Bedding: extremely thin, horizontal; primary joint set: horizontal, rough, NX RC-3 60 102 102 NR planar, discolored, tight. - w z 388.0 70 0 LU Hard, moderately weathered, slightly fractured, gray, fine to medium grained LIMESTONE; Bedding: medium, low angle; primary joint set: horizontal, NX RC-4 60 102 183 NR rough, planar, discolored, tight. - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-10 Sheet 1 of 4 Boring Number: B-11 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 32.0 7/7/2023 9:31 Lat: 32.7732970 Long:-97.1423970 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/7/2023 End: 7/7/2023 Logged By: G. Chen C L T 0.N O �v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -43b.3 G Dry, brown, CLAY [FILL]. J J_ LL - 453.0 5 - - - -------------------------------- Dry, brown, CLAY, (CH). -448.0 10 2 Moist, medium stiff, brown, CLAY, some fine sand, SS SS-1 18 2 20 7 (CH). 5 --------------------------------- Dry, soft, brown, CLAY, trace silt, (CL). ST ST-2 24 21 N/A 1.0 Moist, medium stiff, brown, CLAY, trace silt, (CL). -443.0 15- ST ST-3 24 18 N/A 1.2 a J U Moist, medium stiff, brown, CLAY, trace silt, (CL) - ST ST-4 24 21 N/A 1.2 - 438.0 20 Moist, stiff, brown, CLAY, (CL). ST ST-5 24 19 N/A 2.7 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-11 Sheet 2 of 4 Boring Number: B-11 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a Moist, stiff, brown, CLAY, (CL). Moist, medium stiff, brown, CLAY, trace silt, (CL). ST ST-6 24 22 N/A 1.4 - 428.0 30 a Moist, medium stiff, brown, CLAY, (CL). - ST ST-7 24 21 N/A 1.5 -423.0 35 3 Moist, medium dense, brown, fine SAND, little clay, SS SS-8 18 3 13 17 (SC). -418.0 40 14 10 ---------------------------------- Moist, dense, brown, fine to coarse SAND, some _ SS SS-9 18 22 13 42 fine to coarse gravel, (SW). -413.0 45 20 0 z a - SS-1 10 Moist, medium dense, brown, fine to coarse SAND SS 0 18 12 11 26 and fine to coarse GRAVEL, little clay, (SW). - 408.0 50 - - SS SS-11 12 30 9 >5p a Moist, hard, gray, CLAYH) , (C. 50/5.5" � -403.0 55- U - - - - - - - - -- - - - - - - - - - - ----- See next page for rock material descriptions. Boring Number: B-11 Sheet 3 of 4 Boring Number: B-11 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'n0v m J _w E 0 aniz rn G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 - -403.0 55 NX RC-1 60 82 32 NR ------------------------------ Very soft, highly weathered, moderately fractured, gray, fine grained SHALE; bedding: very thin, w horizontal; primary joint set: horizontal, rough, undulating, decomposed, partly open. CO Boring Number: B-11 Sheet 4 of 4 Boring Number: B-11 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o � '52a s t `�° Material Description Remarks w4)�n~ inz' p rn J a�iv d' 0: _ E 3` O" 0 a rn G7 w Very soft, highly weathered, moderately fractured, -398.0 60 U) gray, fine grained SHALE; bedding: very thin, horizontal; primary joint set: horizontal, rough, undulating, decomposed, partly men._ _ _ _ _ _ _ _ _ _ j Soft, slightly weathered, slightly fractured, gray, fine NX RC-2 60 98 98 NR grained LIMESTONE; Bedding: extremely thin, horizontal; primary joint set: horizontal, smooth slickensided, planar, fresh, very tight. - 393.0 65 Hard, slightly weathered, slightly fractured, gray, fine - grained LIMESTONE; Bedding: very thin, horizontal; Z primary joint set: horizontal, rough, planar, NX RC-3 60 97 97 NR ° discolored, very tight. w 7. J - 388.0 70 Hard, slightly weathered, slightly fractured, gray, fine - grained LIMESTONE; Bedding: very thin, horizontal; primary joint set: horizontal, rough, planar, NX RC-4 60 97 87 NR discolored, very tight. - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-11 Sheet 1 of 4 Boring Number: B-12 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 460.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 27.0 7/12/2023 8:42 Lat: 32.7738190 Long:-97.1421810 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/12/2023 End: 7/12/2000 Logged By: G. Chen C L T 0.N O �v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -433.0 0 Dry, brown, CLAY, trace coarse gravel [FILL]. - 455.0 5 - -450.0 10 SS SS-1 18 SS SS-2 18 -445.0 15- ST ST-3 24 - ST ST-4 24 - 440.0 20 ST ST-5 24 J J_ U- -------------------------------- Dry, brown, CLAY, trace coarse gravel, (CH). a U WOH 5 2 z Dry, very loose, light brown, fine SAND, some 1 Z coarse gravel, (SP). 1 Moist, soft, dark Irown CLAY, trace fine sand, 1 14 4 (CH). 3 Moist, stiff, brown, CLAY, little fine sand, (CH). 21 N/A 2.2 Moist, medium stiff, brown, CLAY, (CH). 15 N/A 1.8 v 24 N/A 2.6 --------------------------------- Moist, stiff, brown, CLAY, little fine sand, (CH). Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-12 Sheet 2 of 4 Boring Number: B-12 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t Material Description Remarks w d o CO inz' rn c� m CO 0 Z o" � in � a Moist, stiff, brown, CLAY, little fine sand, (CH). 1 --------------------------------- Moist, medium stiff, brown, CLAY, (CH). ST ST-6 24 21 N/A 1.1 430.0 30 a J U Moist, soft, brown, CLAY, (CH). - ST ST-7 24 23 N/A 0.9 -425.0 35 — - Coarse gravel at Moist, very soft, dark brown and gray, CLAY, little 40ft - ST ST-8 24 17 N/A 0.5 fine sand and fine to coarse gravel, (CH). -420.0 40-------------------------------- _ 10 w Moist, dense, brown, fine to coarse GRAVEL, little SS SS-9 18 16 13 36 clay, (GW-GC). - 415.0 45 20 cD - SS-1 10 } Moist, medium dense, brown and gray, CLAY and Shale at 50 ft SS 0 18 10 10 28 fine to coarse GRAVEL and SHALE, (CH). -410.0 50 18 -------------------------------- See next page for rock material descriptions. -405.0 55- Boring Number: B-12 Sheet 3 of 4 Boring Number: B-12 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'n0v m J _w E 0 aniz rn G7 See previous page for soil material descriptions. - 430.0 30 - -425.0 35- - 420.0 40 - -415.0 45- -410.0 50- NX RC-1 48 54 48 -405.0 55 NX RC-2 60 98 97 Very soft, moderately weathered, moderately fractured, gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: moderately NR dipping, rough, undulating, decomposed, open. NR w Q x Soft to hard, slightly weathered, slightly fractured, gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, discolored, tight. Boring Number: B-12 Sheet 4 of 4 Boring Number: B-12 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'nUv 4) J _w E aniz 0 rn G7 Soft to hard, slightly weathered, slightly fractured, -400.0 60 gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, discolored, tight. w Q Soft, slightly weathered, slightly fractured, gray, fine NX RC-3 60 90 83 NR n grained SHALE; Bedding: thick, low angle; primary joint set: low angle, rough, planar, discolored, partly open. 395.0 65 Soft to hard, slightly weathered, slightly fractured, - dark gray to gray, fine grained LIMESTONE; Bedding: very thick, horizontal; primary joint set: NX RC-4 60 95 85 NR horizontal, rough, undulating, discolored, tight. w z 390.0 70 0 Ui Hard, slightly weathered, slightly fractured, gray, fine grained LIMESTONE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, NX RC-5 60 100 100 NR discolored, tight. - 385.0 75 Test boring terminated at 75.0 feet bgs. - 380.0 80 - - 375.0 85 - - 370.0 90 - Boring Number: B-12 Sheet 1 of 4 Boring Number: B-13 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time NE Lat: 32.7735780 Long:-97.1416360 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/13/2023 End: 7/13/2023 Logged By: G. Chen C L T 0.N O �v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -43b.3 G Dry, brown, CLAY [FILL]. J J_ LL - 453.0 5 - - - -------------------------------- Dry, brown, CLAY, (CH). -448.0 10 2 Moist, medium stiff, brown, CLAY, some fine sand, SS SS-1 18 2 15 5 (CH). 3 --------------------------------- Moist, very soft, brown, CLAY, little fine sand, (CH). ST ST-2 24 21 N/A 0.6 --------------------------------- a Moist, very soft, brown, CLAY, little fine sand, (CH). -443.0 15- ST ST-3 24 21 N/A 0.4 v Moist, very soft, brown, CLAY, little fine sand, (CH). - ST ST-4 24 20 N/A 0.3 - 438.0 20 1 Moist, very loose, brown, fine SAND, some clay, SS SS-5 18 1 23 2 a (SC). 1 � Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-13 Sheet 2 of 4 Boring Number: B-13 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a Moist, very loose, brown, fine SAND, some clay, (SC). z _ _ a 2 Moist, soft, grayish brown, CLAY, trace fine sand, SS SS-6 18 2 21 4 (CH). - 428.0 30 2 a J - - U - -------------------------------- Moist, loose, brown, fine SAND, some clay, (SC). - ST ST-7 24 11 N/A 0.3 -423.0 35 0 z - a Moist, stiff, dark gray to brown, CLAY, some fine to SS SS-8 18 3 17 15 coarse gravel, little fine sand, (CH). -418.0 40 12 _ _ a J U - s ----------------- Moist, medium dense, brown and light brown, fine SS SS-9 18 9 12 15 to coarse GRAVEL, little silt, (GW). -413.0 45 6 J w Q - -------------------------------- Dry, very stiff, gray, SHALE, some coarse gravel. - ST ST-10 24 4 N/A 4.5 - 408.0 50 See next page for rock material descriptions. W J Q -403.0 55- Boring Number: B-13 Sheet 3 of 4 Boring Number: B-13 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks wm p �n~ inz' rn J a0iv 0: _ s 3` 0 a rn G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 - Soft, slightly weathered, moderately fractured, gray, - - fine grained SHALE; Bedding: medium, horizontal; Ui primary joint set: low angle to moderately dipping, NX RC-1 48 23 0 NR Q rough, undulating, decomposed, wide. -403.0 55 Soft, slightly weathered, slightly fractured, gray, fine - grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, smooth slickensided, NX RC-2 60 97 97 planar, discolored, tight. NR Boring Number: B-13 Sheet 4 of 4 Boring Number: B-13 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks w4)�n~ p inz' rn J a�iv d' 0: _ E 3` a O" 0 rn G7 Soft, slightly weathered, slightly fractured, gray, fine -398.0 60 grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, smooth slickensided, planar, discolored, tight. Q Soft to hard, slightly weathered, slightly fractured, NX RC-3 60 97 90 NR n gray, fine grained SHALE; Bedding: thick, horizontal; primary joint set: horizontal, rough, planar, discolored, tight. 393.0 65 Medium to hard, slightly weathered, slightly fractured, - gray, fine grained LIMESTONE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, NX RC-4 60 95 95 NR discolored, tight. w z 388.0 70 0 Ui Hard, slightly weathered, slightly fractured, gray, fine grained LIMESTONE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, NX RC-5 60 102 102 NR discolored, tight. - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-13 Sheet 1 of 4 Boring Number: B-14 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 460.0 Drilling Method/Bore Hole Diameter: HSA & Drive and Wash/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time NE Lat: 32.7735170 Long:-97.1421830 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/12/2023 End: 7/13/2023 Logged By: G. Chen C L T 0.N O �v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -433.0 0 Dry, brown, CLAY [FILL]. J J_ LL - 455.0 5 - - - -------------------------------- Dry, brown, CLAY, (CH). -450.0 10 WOH Moist, soft, brown, CLAY, some fine to coarse SS SS-1 18 1 20 2 sand, (CH). 1 Moist, soft, brown, CLAY, some fine sand, (CH). ST ST-2 24 22 N/A 0.4 Moist, soft, brown, CLAY, some fine sand, (CH). -445.0 15- ST ST-3 24 21 N/A 0.8 a J U --------------------------------- Moist, medium stiff, brown, CLAY, little fine sand, - ST ST-4 24 23 N/A 1.6 (CL). - 440.0 20 --------------------------------- Moist, medium stiff, brown, CLAY, (CH). ST ST-5 24 22 N/A Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-14 Sheet 2 of 4 Boring Number: B-14 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a Moist, medium stiff, brown, CLAY, (CH). --------------------------------- Moist, soft, brown, CLAY, little find sand, (CL). ST ST-6 24 20 N/A 0.9 1.2 - 430.0 30 J - - U --------------------------------- Moist, soft, brown, CLAY, trace silt, (CH). - ST ST-7 24 15 N/A 0.7 -425.0 35 Moist tc wet, very loose, brown, fine SAND, some _ SS SS-8 18 1 13 3 clay, (SC). - 420.0 40 2 - - o z _ 5 va, Moist, loose, brown, fine SAND, some fine gravel, SS SS-9 18 5 14 12 little silt, (SP-SM). -415.0 45 7 SS 1 s Moist, medium dense, brown, fine to coarse SS 0 18 14 16 GRAVEL, little shale, trace sand, (GW). -410.0 50 0 - - J W Q (D -405.0 55- - - - - - - - - -- - - - - - - - - - - ----- See next page for rock material descriptions. Boring Number: B-14 Sheet 3 of 4 Boring Number: B-14 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'n0v m J _w E 0 aniz rn G7 See previous page for soil material descriptions. - 430.0 30 - -425.0 35- - 420.0 40 - -415.0 45- -410.0 50- -405.0 55 NX RC-1 60 97 97 NR ------------------------------- Soft, slightly weathered, slightly fractured, gray, fine grained SHALE; Bedding: medium, horizontal; Qprimary joint set: moderately dipping, rough, undulating, discolored, tight. CO Boring Number: B-14 Sheet 4 of 4 Boring Number: B-14 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks w4)�n~ p inz' rn J a�iv d' 0: _ E 3` a O" 0 rn G7 Soft, slightly weathered, slightly fractured, gray, fine -400.0 60 grained SHALE; Bedding: medium, horizontal; primary joint set: moderately dipping, rough, undulating, discolored, tight. Soft to hard, slightly weathered, slightly fractured, NX RC-2 60 98 98 NR gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: low angle, rough, undulating, discolored, tight. w - 395.0 65 J Q 2 U) Soft to hard, slightly weathered, slightly fractured, - gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: horizontal, rough, planar, NX RC-3 60 98 98 NR discolored, tight. -390.0 70 Hard, slightly weathered, sound, gray, fine grained - LIMESTONE; Bedding: thin, horizontal; primary joint Z set: horizontal, rough, planar, discolored, tight. NX RC-4 60 100 100 NR 0 u~i w J - 385.0 75 Test boring terminated at 75.0 feet bgs. - 380.0 80 - - 375.0 85 - - 370.0 90 - Boring Number: B-14 Sheet 1 of 4 Boring Number: B-15 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 460.0 Drilling Method/Bore Hole Diameter: HSA/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 27.0 7/18/2023 8:48 Lat: 32.7742000 Long:-97.1424420 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/18/2023 End: 7/18/2023 Logged By: G. Chen C L T 0. 0 O � v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -433.0 0 Dry, brown, CLAY [FILL]. - 455.0 5 - -450.0 10 SS SS-1 18 - ST ST-2 24 -445.0 15- ST ST-3 24 - ST ST-4 24 - 440.0 20 ST ST-5 24 J J_ U- -------------------------------- Dry, brown, CLAY, (CH). 1 Moist to wet, very soft, brown, CLAY, some fine 1 17 3 sand, (CH). 2 Moist, stiff, brown, CLAY, little fine sand, (CH). 20 N/A 2.5 17 N/A 1.8 23 N/A 1.6 a J U Moist, stiff, brown, CLAY, trace fine sand, (CH). Moist, stiff, brown, CLAY, trace silt, (CH). --------------------------------- Moist, stiff, brown, CLAY, little fine sand, (CL). Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-15 Sheet 2 of 4 Boring Number: B-15 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' cn c� m CO 0 Z o � a Moist, stiff, brown, CLAY, little fine sand, (CL). 1 --------------------------------- } Moist, medium stiff, brown, CLAY, (CH). ST ST-6 24 22 N/A 1.5 U - 430.0 30 - ----m-------------------------- -Moist, medium dense, grayish brown, fine SAND, - ST ST-7 24 23 N/A 0.9 some clay, (SC). -425.0 35 Moist to wet, loose, gray, fine SAND, some clay, - ST ST-8 24 15 N/A 0.3 trace coarse gravel, (SC). - 420.0 40 3 z Moist, medium dense, brown, fine SAND, some SS SS-9 18 5 13 11 can coarse gravel, (SP-SM). -415.0 45 6 - SS-1 8 Clay at the Moist, medium dense, brown, fine SAND, some bottom SS 0 18 99 13 15 fine to coarse gravel, little clay, (SP-SM). -410.0 50 -405.0 55- - - - - - - - - -- - - - - - - - - - - ----- See next page for rock material descriptions. Boring Number: B-15 Sheet 3 of 4 Boring Number: B-15 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'n0v m J _w E 0 aniz rn G7 See previous page for soil material descriptions. - 430.0 30 - -425.0 35- - 420.0 40 - -415.0 45- -410.0 50- -405.0 55 NX RC-1 60 93 93 NR -------------------------------- Soft to medium moderately hard, slightly weathered, slightly fractured, gray, fine grained SHALE; Bedding Ui thin, horizontal; primary joint set: horizontal, rough, undulating, discolored, tight. CO Boring Number: B-15 Sheet 4 of 4 Boring Number: B-15 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'nUv 4) iz J _w E an ) rn G7 Soft to medium moderately hard, slightly weathered, -400.0 60 slightly fractured, gray, fine grained SHALE; Bedding: thin, horizontal; primary joint set: horizontal, rough, undulating, discolored, tight. w Q Soft to medium hard, slightly weathered, slightly NX RC-2 60 97 97 NR n fractured, gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: low angle, rough, undulating, discolored, very tight. -395.0 65 Z - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Medium to moderately hard, slightly weathered, - ° slightly fractured, gray, fine grained SHALE and W LIMESTONE; Bedding: thick, horizontal; primary joint NX RC-3 60 98 95 NR set: horizontal, rough, planar, discolored, partly open. 0 z Q w - - J Q 2 -390.0 70 - - - - - - - - - - - - --- Moderately hard to hard, slightly weathered, slightly - fractured, gray, fine grained LIMESTONE; Bedding: Z medium to thick, horizontal; primary joint set: low NX RC-4 60 98 98 NR ° angle, rough, undulating, discolored, tight. w J - 385.0 75 Test boring terminated at 75.0 feet bgs. - 380.0 80 - - 375.0 85 - - 370.0 90 - Boring Number: B-15 Sheet 1 of 4 Boring Number: B-16 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility project Number: 267161 Drilling Contractor/Driller: Texplor of Dallas, Inc./Scott Campbell Surface Elevation (ft): 458.0 Drilling Method/Bore Hole Diameter: HSA & Mud Rotary/4 in. Total Depth (ft): 75.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in./2 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time NE Lat: 32.7741560 Long:-97.1417560 Abandonment Method: Backfilled with cement grout. Drilling Date: Start: 7/17/2023 End: 7/17/2023 Logged By: G. Chen C L T 0. 0 O � v 7 d J R a E p E E 5 3 Y w a .`@. Material Description Remarks LU N fn N Z rn J C 00 U) V Z 00 `� to °' a c� rY -43b.3 G Dry, brown, CLAY [FILL]. J LL - 453.0 5 - -448.0 10 2 SS SS-1 18 2 18 4 2 2 SS SS-2 18 2 22 5 3 -443.0 15- ST ST-3 24 23 N/A 1.2 _ a J U -------------------------------- Dry, brown, CLAY, (CH). Moist, soft, brown, CLAY, little fine sand, (CH). Moist, soft, brown, CLAY, little fine sand, (CH). Moist, medium stiff, brown, CLAY, little fine sand, (CL). Moist, very soft, brown, CLAY, some fine sand, - ST ST-4 24 21 N/A 0.5 (CH). - 438.0 20 3 Moist, medium stiff, brown, CLAY, little fine sand, SS SS-5 18 4 21 10 6 (CH). Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% 9 p SS - Split Spoon some 35 - 20 /o CS -California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% NQ - 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Aravind Pedarla, PE Date: 9/11/2023 Boring Number: B-16 Sheet 2 of 4 Boring Number: B-16 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a -433.V 25 - - Moist, medium stiff, brown, CLAY, little fine sand, (CH). 2 Moist, soft, brown, CLAY, some fine sand, (CH). SS SS-6 18 2 22 6 - 428.0 30 4 2 Moist, soft, brown, CLAY, little fine sand, (CH). _ SS SS-7 18 2 21 5 -423.0 35 3 a J U 3 Moist, soft, dark gray, CLAY, little coarse gravel, _ SS SS-8 18 3 22 5 trace fine sand, (CH). -418.0 40 2 _ 9 Moist to wet, medium stiff, brown and dark gray, SS SS-9 18 7 17 12 CLAY, some fine sand, little fine to coarse gravel, -413.0 45 5 (CH). - -------------------------------- Dry, stiff, gray and brown, SHALE, some clay. - ST ST-10 24 6 N/A 3.0 - 408.0 50 See next page for rock material descriptions. w J Q -403.0 55- Boring Number: B-16 Sheet 3 of 4 Boring Number: B-16 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'n0v m J _w E 0 aniz rn G7 See previous page for soil material descriptions. - 428.0 30 - -423.0 35- -418.0 40- -413.0 45- - 408.0 50 NX RC-1 60 100 95 NR w J Q -403.0 55 NX RC-2 60 97 95 NR Soft, moderately weathered, slightly fractured, gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: moderately dipping, rough, undulating, discolored, tight. Soft to hard, slightly weathered, slightly fractured, dark gray to gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: moderately dipping, rough, undulating, discolored, tight. Boring Number: B-16 Sheet 4 of 4 Boring Number: B-16 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 > E E E E w o o v o 0: '52a s t `�° Material Description Remarks p~'nUv 4) J _w E aniz 0 rn G7 Soft to hard, slightly weathered, slightly fractured, -398.0 60 dark gray to gray, fine grained SHALE; Bedding: medium, horizontal; primary joint set: moderately dipping, rough, undulating, discolored, tight. w Q Soft to moderately hard, slightly weathered, slightly NX RC-3 60 100 100 NR n fractured, gray to dark gray, fine grained SHALE; Bedding: thin, horizontal; primary joint set: horizontal, rough, planar, discolored, tight. 393.0 65 Moderately hard to hard, slightly weathered, slightly - fractured, gray, fine grained LIMESTONE; Bedding: thin, horizontal; primary joint set: horizontal, rough, NX RC-4 60 100 100 NR planar, discolored, tight. - w z 388.0 70 0 LU Hard, slightly weathered, slightly fractured, gray, fine grained LIMESTONE; Bedding: thin, horizontal; primary joint set: low angle, rough, undulating, NX RC-5 60 98 98 NR discolored, partly open. - 383.0 75 Test boring terminated at 75.0 feet bgs. - 378.0 80 - - 373.0 85 - - 368.0 90 - Boring Number: B-16 Sheet 1 of 2 Boring Number: B-17 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 Drilling Contractor/Driller: CoreCo USA, Inc./Christopher Combs Surface Elevation (ft): 476.0 Drilling Method/Bore Hole Diameter: HSA/4 in. Total Depth (ft): 55.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time 33.0 2/29/2024 10:05 Lat: 32.7721574 Long:-97.1435324 Abandonment Method: Backfilled with soil cuttings. Drilling Date: Start: 2/29/2024 End: 2/29/2024 Logged By: Jenna Song, EIT C L T 0. 0 O � v 7 IL J 16 a E p E E 5 3 Y w a .`@. Material Description Remarks Lu N In N Z N J C 00 U V Z 00 `� to °' a c� 170.0 0 Moist, soft, brown, CLAY, trace grass and roots Grass ST 1 24 7 N/A 0.75 (CH)• encountered at the ground surface. _ Hand augered to Moist, medium stiff, brownish -gray, CLAY, trace 5 ft. bgs. to ST 2 24 16 N/A 1.25 grass (CH). confirm there are no existing }Q lines. Moist, - J U Moist, medium stiff, dark brown, CLAY, little fine grayish -brown CLAY, trace -471.0 5- ST 3 24 21 N/A 1.5 sand, trace fine gravel and roots (CH). roots (CH) was observed in the observed in auger cuttings. L htt h Moist, very soft, brownish -gray, CLAY, trace roots rag reco dedyon ST 4 24 22 N/A 0.5 and ferrous staining (CH). 02/29/24 at 7:00 A.M to 9:00A.M. } Moist, medium stiff, brown, Sandy CLAY, trace ST 5 24 16 N/A 1.25 ironstone nodules (CL). U -466.0 10 0 -------------------------------- Q Moist, stiff, brownish -gray, CLAY (CH). - ST 6 24 16 N/A 3.0 -461.0 15 0 Moist, stiff, brown, CLAY, little fine sand, trace - ST 7 24 18 N/A 2.75 ironstone nodules (CH). - 456.0 20 Moist, stiff, brownish -gray, CLAY (CH). ST 8 24 21 N/A 3.0 Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and 50 - 35% g p SS - Split Spoon some 35 - 20 /o CS - California Sampler ST - Shelby Tube V. Loose: 0-4 Dense: 30-50 V. Soft: <2 Stiff: 8-15 little 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Mohammad Mandavi Date: 3/29/2024 Boring Number: B-17 Sheet 2 of 2 Boring Number: B-17 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: village Creek Water Reclamation Facility Project Number: 267161 c = o > E E E E 3 0 E d Y w t ;° Material Description Remarks w d 7 CO inz' rn c� m CO 0 Z o � a 451.0 25 Moist, stiff, brownish -gray, CLAY (CH). Moist, medium stiff, brownish -tan, CLAY, trace fine ST 9 24 20 N/A 2.0 sand (CH). - 446.0 30 Moist to wet, medium stiff, brown, CLAY (CH). - ST 10 24 11 N/A 1.25 -441.0 35 a J U Moist, stiff, brown and gray, CLAY, little silt (CH). - ST 11 24 18 N/A 2.25 - 436.0 40 Moist to wet, very soft, brownish -gray, CLAY, trace - ST 12 24 11 N/A 0.25 silt (CH). -431.0 45 -------------------------------- Moist, soft, brown and light gray, CLAY, some sand - ST 13 24 6 N/A 1.0 (CL). } - 426.0 50 U - - } 0 Z Q Wet, very soft, brown and light gray, CLAY, some - ST 14 24 6 N/A 0 fine sand, trace silt (CL). -421.0 55 Test boring terminated at 55.0 feet bgs. Boring Number: B-17 Sheet 1 of 1 Boring Number: B-18 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Improvements Project Location: Village Creek Water Reclamation Facility Project Number: 267161 Drilling Contractor/Driller: CoreCo USA, Inc./Christopher Combs Surface Elevation (ft): 480.0 Drilling Method/Bore Hole Diameter: Hand Auger/4 in. Total Depth (ft): 3.0 Hammer Style/Weight/Drop Height/Spoon Size: Automatic/140 Ib/30 in. Depth to Initial Water Level (ft): Bore Hole Location: Depth Date Time NE Lat: 32.7723580 Long:-97.1421761 Abandonment Method: Backfilled with soil cuttings. Drilling Date: Start: 2/29/2024 End: 2/29/2024 Logged By: Jenna Song, EIT L = 0 d CL a CL CL 3 0 E t .`@. Material Description Remarks ca H R M a lL 0 In N Z Cn J m to to Z R fn 100.0 0 } Moist, reddish -brown, CLAY and SILT, little fine sand (CL). Grass and brush encountered at - - AU 1 36 36 N/A U } } the ground surface. ZU Hand augered to Q 3 ft. bgs. and rn encountered Test boring terminated at 3.0 feet bgs. plastic pipe. Moist, reddish- - - brown, CLAY and SILT, little 475.0 5 fine sand (CL). Light to heavy rain recorded on - - 02/29/24 at 7:00 A.M. to 9:00 A.M. Boring B-18 not offset to different location due to powerlines to the north and existing plastic - 470.0 10 - line at 3 ft. bgs. -465.0 15- - 460.0 20 - Sample Types Consistency vs Blowcount/Foot Burmister Classification AS - Au Auger/Grab Sample HP - Hydro Punch Granular (Sand): Fine Grained (Clay): and g p 50 - 35% 35 20 /o SS - Split Spoon CS - California Sampler ST - Shelby Tube V. Loose: 0-4 some Dense: 30-50 V. Soft: <2 Stiff: 8-15 little - 20 - 10% N- 1.9" Rock Core WS - Wash Sample Loose: 4-10 V. Dense: >50 Soft: 2-4 V. Stiff: 15-30 trace < 10% NX - 2.2" Rock Core GP - Geoprobe M. Dense: 10-30 M. Stiff: 4-8 Hard: >30 moisture, density, color Reviewed by: Mohammad Mandavi Date: 3/29/2024 Boring Number: B-18 Appendix 6 Laboratory Test Results Smith TEAM Consultants, Inc. Geotechnical, Environmental, Construction Materials Testing May 16, 2022 TEAM Project No. 222004 Report No. 1 CDM Smith 12400 Coit Road, Suite 400 Dallas, Texas 75251 Attn: Mr. Jeffrey Van Pelt, P.E. Re: Geotechnical Laboratory Testing Services Village Creek Primary Clarifiers Dear Mr. Van Pelt: Submitted here is our report of laboratory testing services completed on soil samples received at our materials testing laboratory in Arlington, Texas, on March 2, 2022 for the above referenced project. The testing program was completed in accordance with testing instructions received from Ms. Jenna Song, utilizing the following test methodologies: Atterberg Limits Particle Size Analysis Material Finer than #200 Sieve Classification of Soils Moisture Content Unconsolidated-Undrained Triaxial Unconfined Compressive Strength (Soil) Unconfined Compressive Strength (Rock) One Dimensional Swell Test Consolidation Test Soil pH Soil Resistivity Sulfate Content Chloride Content ASTM D4318 ASTM D422 ASTM D1140 ASTM D2487 & 2488 ASTM D2216 ASTM D2850 ASTM D2166 ASTM D7012, Method C ASTM D4546 ASTM D2435 ASTM D4972 ASTM G57 EPA 9056* EPA 9056* *These methods were provided to TEAM Consultants by a subcontracted lab (reports attached). The results of the soil testing program are summarized in the following tables which also serve as an index to the attached additional testing (strength, swell, compressibility, etc.). We appreciate the opportunity to be of assistance to you with this project. Should you have any questions, or if we may be of further assistance, please call the undersigned at (817) 467-5500. A ly, Sin ng, GIT Staff Geologist 4087 Shilling Way Dallas, TX 75237 (214) 331-4395 Fax (214) 331-4458 3101 Pleasant Valley, Suite 101 Arlington, TX 76015 (817) 467-5500 Fax (817) 468-9920 d c M B-2 B-3 B-4 B-5 B-6 TEAM Consultants, Inc. GEOTECHNICAL - ENVIRONMENTAL - CONSTRUCTION MATERIALS TESTING LABORATORY TEST DATA SUMMARY SHEET PROJECT: Village Creek Primary Clarifiers TEAM JOB NUMBER: 222004 o Grain Size Analysis Compressive Strength CLEINT: CDM Smith V PROJECT NO.: 267161 a Percent Passing Sieve LL £ LL o 0 > E'yt x' �(n N p Atterberg Limits m + E i« c m E n c o E r a Visual Description & Unified Soil Classification y .. N a m N 7k 7k 7k 7k 7k 7L 7L 2 o 10 O U w in p LL PL PI M .� U y � U) a in ET-4 4 - 6 Tan and brown fat clay CH --- --- --- 24.8 --- --- --- --- --- --- --- --- --- --- --- --- ET-7 13 - 15.0 Brown fat clay CH --- --- --- 21.8 106.3 --- --- --- --- --- --- --- --- --- --- - (4) ET-8 18 - 20 Brown fat clay CH 57 21 36 23.7 --- --- --- --- --- --- --- --- --- --- --- ET-9 ET-9 23 - 25 Brown at clay CH --- --- --- 23.5 103.5 --- --- --- --- --- --- --- 2.76 15.0 0 3 ( ) RC-2 60 - 65 Dark grayshale N/A --- --- - 13.6 125.8 --- --- --- --- --- --- - - 42.4 N/A 0 ET-1 0 - 2 Brown fat clay CH --- --- --- 24.1 101.9 --- --- --- --- --- --- - - - - - (4) ET-3 4 - 6 Brown lean clay with sand CL --- --- --- 19.0 108.7 --- --- --- --- --- --- - - 4.38 13.0 0.31 (1),(3) ET-6 13 - 15 Brown fat clay CH 50 20 30 22.9 --- --- --- --- --- --- --- --- - - - ET-7 18 - 20 Brown lean clay with sand CL --- --- --- 21.3 106.3 --- --- --- --- --- --- --- - 0.58 15.0 1.19 (3) ET-8 23 - 25 Brown at clay with sandCH --- --- - 25.1 99.9 --- --- --- --- --- --- --- - 0.84 15.0 0 (3) ET-9 28 - 30 Dark brown lean clay CL 44 18 26 25.6 99.5 --- --- --- --- --- --- --- - --- --- - (5) RC-4 65 - 70 Gray limestone N/A --- --- - 6.4 143.2 --- --- --- --- --- --- --- --- 57.5 N/A 0 ET-2 2 - 4 Brown fat clay CH --- --- --- 24.8 101.1 --- --- --- --- --- --- --- --- --- - - (4) ET-5 8 - 10 Brown lean clay with sand CL --- --- - 22.9 105.7--- --- --- --- --- --- --- --- 2.56 12.1 0.56 (3 ) ET-6 13 - 15 Brown fat clay CH 62 22 40 24.8 --- --- --- --- --- --- --- --- --- --- - - ET-7 18 - 20 Brown at clay CH --- --- - 24.2 104.3 -- --- --- --- --- --- --- --- 1.82 15.0 0 3 ( ) SS-12 28 - 30 Dark gray clayey sand SC --- --- --- 31.6 --- 100 99.9 99.8 99.1 90.1 71.9 64.7 48.5 --- --- --- RC-4 70 - 75 Gray limestone N/A --- --- - 7.1 140.4 -- ------ --- --- --- --- --- 70.2 N/A 0 ET-1 0 - 2 Reddish brown and brown sandy lean clay with gravel CL --- --- --- 12.4 124.7 --- --- --- --- --- --- --- --- 2.34 15.0 0 (3) SS-4 6 - 7.5 Reddish brown poorly graded sand with silt SP-SM --- --- --- 19.7 --- 98.5 97.5 97.2 96.6 90.9 31.4 21.4 8.4 - - - SS-7 18.5 - 20 Brown lean clay with sand CL 42 16 26 23.5 --- --- --- --- --- --- --- - - - - - SS-8 23.5 - 25 Dark brown sandy lean clay CL --- --- --- 24.4 --- --- --- --- --- --- --- - 67.7 - - - RC-2 60 - 65 Gray limestone N/A --- --- - 10.0 135.1 --- --- --- --- --- --- - - 48.6 N/A 0 ET-5 8 - 10 Brown fat clay CH --- --- --- 22.1 104.4 --- --- --- --- --- --- - - 1.90 14.0 0 (3),(4) ET-6 13 - 15 Brown fat clay CH 53 21 32 23.9 101.2 --- --- --- --- --- --- - - --- --- - (5) ET-7 18 - 20 Brown fat clay CH --- --- --- 24.8 105.3 --- --- --- --- --- --- - - 1.61 12.1 1.19 (3) ET-9 28 - 30 Dark brown fat clay CH --- --- --- 30.0 --- --- --- --- --- --- --- - 99.5 - - - RC-1 50 - 55 Dark gray shale N/A --- --- --- 14.4 122.8 --- --- --- --- --- --- - - 39.6 N/A 0 (1) Additional test results can be found on attached supplementary data summary. (2) Graphical representation of grain size analysis are attached. (3) Results of compressive strength testing are attached. (4) Results of one-dimensional swell testing are attached. (5) Results of one-dimensional consolidation are attached. 0 i m E m° y B-3 ET-3 PROJECT: Village Creek Primary Clarifiers TEAM JOB NUMBER: 222004 CLEINT: CDM Smith PROJECT NO.: 267161 r Visual Description & Unified Soil Classification 0 4.0 - 6.0 Brown lean clay with sand TEAM Consultants, Inc. GEOTECHNICAL - ENVIRONMENTAL - CONSTRUCTION MATERIALS TESTING LABORATORY TEST DATA SUMMARY SHEET Resistivity (ASTM G57) As Received Saturated Organic Content E (ASTM D2974) (%) 2 2-C_ o " C_ CIL --- 16.9 2,000 30.6 630 8.7 c � N c uiOi a� o 0 o U � a s E e E " a w w E W E t to U 334 8.89 I U.S. SIEVE OPENING IN INCHES I U.S. SIEVE NUMBERS I HYDROMETER 3" 2" 1" 3/4" 1/2" #4 #10 #20 #40 #60 #100 #200 100 1.4 m D 95 9 90 n O 85 3 rn 80 C 75 N M 70 m 65 n 60 T 55 �\ � 50 00 45 c� 40 ^2 35 6) = 30 25 20 15 30 5 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS COBBLES coarse GRAVEL fine I coarse I medium SILT OR CLAY I fine ' Specimen pmeData I 90I 60I ID�I D�I % Gravel %5 Sand % Silt Clay I�I �B4 12 2830' 0.0.3 0.081 0 0 00dA A Unified Soil Classification (ASTM D2487/2488) I LL I PL I PI Clayey sand (SC) N/A N/A N/A GRAIN SIZE DISTRIBUTION (ASTM D-422) TEAM Consultants, Inc. Client: CDM Smith Date: 4/8/2022 3101 Pleasant Valley Ln, suite 101 Arlington, TX 76015 Project: VC Clarifiers Performed By: T. Smith Telephone: (817)467-5500 Project No.: N/A TEAM Project Number: 222004 Fax: (817)468-9920 I U.S. SIEVE OPENING IN INCHES I m 3" 2" 1" 3/4" 1/2" #4 100 y 95 9 90 n O 85 3 rn 80 C 75 N M 70 m 65 n 60 '—' 55 Z IT! 50 ov 45 c� 40 ^2 35 6) = 30 25 20 15 30 5 0 100 10 U.S. SIEVE NUMBERS #20 #40 I #60 #100 #200 1 0.1 GRAIN SIZE IN MILLIMETERS COBBLES I GRAVEL SAND coarse I fine coarse I medium I Specimen 4 Data 3 tS o0 .21 I D90 I D60 I 0.20 I o. e�s Unified Soil Classification (ASTM D2487/2488 Poorly graded sand with silt (SP-SM) GRAIN SIZE DISTRIBUTION (ASTM D-422) fine D10 I % Gravel I % Sand 0.082 1.5 90.1 Client: CDM Smith Date: 4/8/2022 Project: VC Clarifiers Performed By: T. Smith Project No.: N/A TEAM Project Number: 222004 HYDROMETER 0.01 SILT OR CLAY Silt & Clay 8.4 I! LL N/A TEAM Consultants, Inc. 3101 Pleasant Valley Ln, Suite 101 Arlington, TX 76015 Telephone: (817) 467-5500 Fax: (817) 468-9920 Cc 1.9 PL N/A 0.001 Cu 2.6 PI N/A TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/6/2022 Sample Identification: B-2 ET-9 23-25' Material Description: Brown fat clay (CH) Moisture Content (%): 23.5 Average Height (in): 5.461 Before Shear: X After Shear: Average Diameter (in): 2.757 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.981 Initial Dry Density (pcf): 103.5 Avg Rate of Strain (%/min): 0.92 *Void Ratio (e ): 0.628 *saturation (%): 100.9% Maximum Unconfined Compressive Stength (q„) (TSF): 2.76 "Strain at Failure (%): 15.0 Internal Strain Corrected Shear Strength (s„) Deflection (in) N Area (in2) Load (lbs) Stress (TSF) (TSF) 0.020 0.4 5.99 67.6 0.82 0.41 0.040 0.7 6.01 91.7 1.11 0.55 0.081 1.5 6.06 116.5 1.41 0.70 0.121 2.2 6.10 136.7 1.65 0.82 0.161 2.9 6.15 156.2 1.88 0.94 0.202 3.7 6.20 170.9 2.06 1.03 0.241 4.4 6.24 181.2 2.19 1.09 0.281 5.1 6.29 188.5 2.27 1.14 0.321 5.9 6.34 194.4 2.34 1.17 0.362 6.6 6.39 199.4 2.41 1.20 0.402 7.4 6.44 203.3 2.45 1.23 0.442 8.1 6.49 206.3 2.49 1.24 0.482 8.8 6.55 209.6 2.53 1.26 0.522 9.6 6.60 211.8 2.56 1.28 0.562 10.3 6.65 215.4 2.60 1.30 0.602 11.0 6.71 217.4 2.62 1.31 0.642 11.8 6.76 220.0 2.65 1.33 0.683 12.5 6.82 221.8 2.68 1.34 0.723 13.2 6.88 223.3 2.69 1.35 0.763 14.0 6.94 226.0 2.73 1.36 0.821 15.0 7.02 228.6 2.76 1.38 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-2 ET-9 23-25' Material Description: Brown fat clay (CH) 3.0 2.5 2.0 LL F- / N zr 10 1.5 v a � a 1.0 � _' 0.5 0.0 0.0 Remarks: Stress -Strain 2.0 4.0 6.0 8.0 Strain (%) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 10.0 12.0 14.0 222004 4/6/2022 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 212011 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/5/2022 Sample Identification: B-3 ET-3 4-6' Material Description: Brown lean clay with sand (CL) Moisture Content (%): 19.0 Average Height (in): 5.570 Before Shear: After Shear: X Average Diameter (in): 2.718 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.050 Initial Dry Density (pcf): 108.7 Avg Rate of Strain (%/min): 1.08 *Void Ratio (e ): 0.550 Chamber Pressure (initial) (tsf): 0.31 *Saturation (%): 93.4% Chamber Pressure (final) (tsf): 0.31 Maximum Compressive Stength (TSF): 4.38 v Strain at Failure (%): 13.0 55' Angular Strain Corrected Stress (TSF) Shear Strength Deflection (in) (%) Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.020 0.4 5.82 118.0 1.47 1.46 0.73 0.040 0.7 5.84 181.3 2.25 2.23 1.12 0.081 1.4 5.89 235.9 2.93 2.89 1.44 0.120 2.2 5.93 264.4 3.28 3.21 1.61 0.161 2.9 5.97 284.0 3.53 3.42 1.71 0.201 3.6 6.02 300.3 3.73 3.59 1.80 0.241 4.3 6.06 314.6 3.90 3.73 1.87 0.281 5.0 6.11 327.1 4.06 3.85 1.93 0.321 5.8 6.16 337.9 4.19 3.95 1.98 0.361 6.5 6.20 348.4 4.32 4.04 2.02 0.401 7.2 6.25 356.9 4.43 4.11 2.05 0.442 7.9 6.30 365.1 4.53 4.17 2.09 0.482 8.7 6.35 372.5 4.62 4.22 2.11 0.522 9.4 6.40 379.9 4.71 4.27 2.14 0.562 10.1 6.45 386.3 4.79 4.31 2.15 0.602 10.8 6.50 391.8 4.86 4.34 2.17 0.642 11.5 6.56 396.9 4.93 4.36 2.18 0.682 12.3 6.61 401.8 4.99 4.37 2.19 0.723 13.0 6.67 405.6 5.03 4.38 2.19 0.763 13.7 6.72 408.5 5.07 4.37 2.19 0.803 14.4 6.78 409.9 5.09 4.35 2.18 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf Performed By: D. Bush Reviewed By: J. Young I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-3 ET-3 4-6' Material Description: Brown lean clay with sand (CL) Stress -Strain 5.0 4.5 4.0 3.5 3.0 or a f 2.5 v a . U 20 , i O U 1.5 1.0 0.5 0.0 0.0 2.0 4.0 Remarks: Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 6.0 8.0 10.0 12.0 14.0 Strain (%) 212011 4/5/2022 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 212011 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/5/2022 Sample Identification: B-3 ET-7 18-20' Material Description: Brown lean clay with sand (CL) Moisture Content (%): 21.3 Average Height (in): 5.486 Before Shear: After Shear: X Average Diameter (in): 2.698 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.033 Initial Dry Density (pcf): 106.3 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.586 Chamber Pressure (initial) (tsf): 1.19 *Saturation (%): 98.1% Chamber Pressure (final) (tsf): 1.19 Maximum Compressive Stength (TSF): 0.58 v 'Strain at Failure (%): 15.0 Internal Strain Corrected Stress (TSF) Shear Strength Deflection (in) N Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.040 0.7 5.76 9.7 0.12 0.12 0.06 0.081 1.5 5.80 14.4 0.18 0.18 0.09 0.121 2.2 5.85 18.5 0.23 0.23 0.11 0.161 2.9 5.89 22.1 0.28 0.27 0.13 0.201 3.7 5.94 25.0 0.31 0.30 0.15 0.241 4.4 5.98 27.9 0.35 0.34 0.17 0.281 5.1 6.03 30.5 0.38 0.36 0.18 0.321 5.9 6.07 33.0 0.41 0.39 0.19 0.361 6.6 6.12 35.4 0.45 0.42 0.21 0.402 7.3 6.17 37.4 0.47 0.44 0.22 0.442 8.1 6.22 39.5 0.50 0.46 0.23 0.482 8.8 6.27 41.4 0.52 0.47 0.24 0.522 9.5 6.32 43.2 0.54 0.49 0.25 0.562 10.2 6.37 45.1 0.57 0.51 0.25 0.602 11.0 6.42 46.9 0.59 0.52 0.26 0.643 11.7 6.48 48.3 0.61 0.54 0.27 0.683 12.4 6.53 49.5 0.62 0.54 0.27 0.723 13.2 6.59 51.2 0.64 0.56 0.28 0.763 13.9 6.64 52.6 0.66 0.57 0.28 0.803 14.6 6.70 53.8 0.68 0.58 0.29 0.823 15.0 6.73 54.6 0.69 0.58 0.29 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf ***No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-3 ET-7 18-20' Material Description: Brown lean clay with sand (CL) Stress -Strain 0.7 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 212011 Date: 4/5/2022 0.6 0.5 J ► ��� - LL � 0.4 N 0.3 u Cr d O Cr � 0.2 � 0.1 0.0 0.0 2.0 4.0 Remarks: 6.0 8.0 10.0 12.0 14.0 16.0 Strain (%) 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/5/2022 Sample Identification: B-3 ET-8 23-25' Material Description: Brown fat clay with sand (CH) Moisture Content (%): 25.1 Average Height (in): 5.463 Before Shear: X After Shear: Average Diameter (in): 2.734 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.998 Initial Dry Density (pcf): 99.9 Avg Rate of Strain (%/min): 0.92 *Void Ratio (e ): 0.686 *saturation (%): 98.6% Maximum Unconfined Compressive Stength (q„) (TSF): 0.84 "Strain at Failure (%): 15.0 Internal Strain Corrected Shear Strength (s„) Deflection (in) N Area (in2) Load (Ibs) Stress (TSF) (TSF) 0.040 0.7 5.91 17.5 0.21 0.11 0.081 1.5 5.96 25.1 0.31 0.15 0.121 2.2 6.00 30.7 0.38 0.19 0.161 2.9 6.05 34.6 0.42 0.21 0.201 3.7 6.09 38.5 0.47 0.24 0.241 4.4 6.14 41.5 0.51 0.25 0.281 5.1 6.19 44.5 0.55 0.27 0.321 5.9 6.24 47.1 0.58 0.29 0.361 6.6 6.29 49.2 0.60 0.30 0.401 7.3 6.34 52.0 0.64 0.32 0.441 8.1 6.39 53.7 0.66 0.33 0.481 8.8 6.44 55.6 0.68 0.34 0.522 9.5 6.49 57.6 0.71 0.35 0.562 10.3 6.54 59.5 0.73 0.36 0.602 11.0 6.60 61.2 0.75 0.38 0.642 11.7 6.65 62.5 0.77 0.38 0.682 12.5 6.71 63.9 0.78 0.39 0.722 13.2 6.76 65.5 0.80 0.40 0.762 14.0 6.82 66.7 0.82 0.41 0.802 14.7 6.88 68.1 0.83 0.42 0.822 15.0 6.91 68.7 0.84 0.42 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-3 ET-8 23-25' Material Description: Brown fat clay with sand (CH) Stress -Strain 0.9 0.8 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 4/5/2022 _.F t 0.7 r H i y 0.5 Jr Ln � / I cr 0.4 � u / I 00, N v 0.3 � I � I / I 0.2 C.. I I I 0.1 I I 0.0 0.0 2.0 4.0 6.0 8.0 10.0 Strain (%) Remarks: 12.0 14.0 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 212011 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/5/2022 Sample Identification: B-4 ET-5 8-10' Material Description: Brown lean clay with sand (CL) Moisture Content (%): 22.9 Average Height (in): 5.466 Before Shear: After Shear: X Average Diameter (in): 2.742 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.993 Initial Dry Density (pcf): 105.7 Avg Rate of Strain (%/min): 0.55 *Void Ratio (e ): 0.595 Chamber Pressure (initial) (tsf): 0.56 *Saturation (%): 103.6% Chamber Pressure (final) (tsf): 0.56 Maximum Compressive Stength (TSF): 2.56 v 'Strain at Failure (%): 12.1 Internal Strain Corrected Stress (TSF) Shear Strength Deflection (in) (%) Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.010 0.2 5.92 71.6 0.87 0.87 0.44 0.020 0.4 5.93 105.5 1.29 1.28 0.64 0.040 0.7 5.95 130.8 1.59 1.58 0.79 0.080 1.5 5.99 151.1 1.84 1.82 0.91 0.120 2.2 6.04 164.5 2.01 1.96 0.98 0.160 2.9 6.08 175.5 2.14 2.08 1.04 0.200 3.7 6.13 184.6 2.25 2.17 1.08 0.240 4.4 6.18 192.7 2.35 2.24 1.12 0.280 5.1 6.23 199.7 2.43 2.31 1.15 0.321 5.9 6.27 206.5 2.52 2.37 1.18 0.341 6.2 6.30 209.6 2.55 2.39 1.20 0.381 7.0 6.35 214.6 2.62 2.43 1.22 0.421 7.7 6.40 219.4 2.67 2.47 1.23 0.461 8.4 6.45 223.5 2.72 2.49 1.25 0.501 9.2 6.50 227.3 2.77 2.52 1.26 0.541 9.9 6.55 230.9 2.81 2.53 1.27 0.581 10.6 6.61 233.8 2.85 2.55 1.27 0.621 11.4 6.66 236.2 2.88 2.55 1.28 0.661 12.1 6.72 238.7 2.91 2.56 1.28 0.721 13.2 6.80 241.6 2.94 2.55 1.28 0.781 14.3 6.89 243.7 2.97 2.54 1.27 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf ***No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-4 ET-5 8-10' Material Description: Brown lean clay with sand (CL) 3.0 2.5 C �) 2.0 N �T F- H h 1.5 v a u 1.0 -s 0.5 0.0 0.0 Remarks: Stress -Strain Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Strain (%) 212011 4/5/2022 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/5/2022 Sample Identification: B-4 ET-7 18-20' Material Description: Brown fat clay (CH) Moisture Content (%): 24.2 Average Height (in): 5.482 Before Shear: X After Shear: Average Diameter (in): 2.716 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.018 Initial Dry Density (pcf): 104.3 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.615 *saturation (%): 106.2% Maximum Unconfined Compressive Stength (q„) (TSF): 1.82 Strain at Failure (%): 15.0 Internal Strain Corrected Shear Strength (s„) Deflection (in) N Area (in2) Load (lbs) Stress (TSF) (TSF) 0.020 0.4 5.82 50.6 0.63 0.31 0.040 0.7 5.84 65.1 0.81 0.40 0.080 1.5 5.88 76.8 0.95 0.48 0.121 2.2 5.93 84.2 1.05 0.52 0.161 2.9 5.97 90.3 1.12 0.56 0.201 3.7 6.02 95.8 1.19 0.60 0.241 4.4 6.06 100.9 1.25 0.63 0.281 5.1 6.11 105.9 1.32 0.66 0.321 5.9 6.16 110.2 1.37 0.68 0.361 6.6 6.20 114.7 1.42 0.71 0.401 7.3 6.25 118.3 1.47 0.74 0.442 8.1 6.30 122.0 1.52 0.76 0.482 8.8 6.35 125.1 1.55 0.78 0.522 9.5 6.40 128.2 1.59 0.80 0.562 10.3 6.46 131.5 1.63 0.82 0.602 11.0 6.51 134.3 1.67 0.83 0.642 11.7 6.56 136.7 1.70 0.85 0.682 12.4 6.62 139.0 1.73 0.86 0.723 13.2 6.67 141.3 1.76 0.88 0.763 13.9 6.73 143.8 1.79 0.89 0.823 15.0 6.82 146.7 1.82 0.91 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-4 ET-7 18-20' Material Description: Brown fat clay (CH) Stress -Strain Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2.0 1.8 ' 1.6 1.4 1.2 r4� h Gl � 1.0 •� -C G1 i N L v 0.6 �t 0.4 0.2 0.0 0.0 2.0 4.0 Remarks: 6.0 8.0 10.0 12.0 14.0 Strain (%) 222004 4/5/2022 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/6/2022 Sample Identification: B-5 ET-1 0-2' Material Description: Reddish brown and brown sandy lean clay with gravel (CL) Moisture Content (%): 12.4 Average Height (in): 5.016 Before Shear: X After Shear: Average Diameter (in): 2.803 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.789 Initial Dry Density (pcf): 124.7 Avg Rate of Strain (%/min): 1.00 *Void Ratio (e ): 0.352 *saturation (%): 95.4% Maximum Unconfined Compressive Stength (q„) (TSF): 2.34 "Strain at Failure (%): 15.0 Vertical Strain Corrected Shear Strength (su) Deflection (in) N Area (in2) Load (Ibs) Stress (TSF) (TSF) 0.010 0.2 6.18 23.9 0.28 0.14 0.020 0.4 6.20 44.8 0.52 0.26 0.040 0.8 6.22 62.2 0.73 0.36 0.080 1.6 6.27 86.6 1.01 0.51 0.121 2.4 6.32 107.5 1.25 0.63 0.161 3.2 6.37 122.3 1.43 0.71 0.201 4.0 6.43 133.7 1.56 0.78 0.241 4.8 6.48 142.1 1.66 0.83 0.281 5.6 6.54 148.8 1.74 0.87 0.321 6.4 6.59 154.4 1.80 0.90 0.361 7.2 6.65 159.1 1.86 0.93 0.401 8.0 6.71 163.7 1.91 0.96 0.441 8.8 6.77 168.3 1.96 0.98 0.481 9.6 6.83 172.6 2.01 1.01 0.521 10.4 6.89 177.2 2.07 1.03 0.562 11.2 6.95 181.7 2.12 1.06 0.602 12.0 7.01 185.6 2.17 1.08 0.642 12.8 7.08 190.1 2.22 1.11 0.682 13.6 7.14 193.8 2.26 1.13 0.722 14.4 7.21 197.4 2.30 1.15 0.752 15.0 7.26 200.2 2.34 1.17 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/6/2022 Sample Identification: B-5 ET-1 0-2' Material Description: Reddish brown and brown sandy lean clay with gravel (CL) Stress -Strain 2.5 2.0 1.5 t� a 00, 1.0 11 L 0 f /1 0.5 s 0.0 0.0 2.0 4.0 6.0 8.0 Strain (%) Remarks: 10.0 12.0 14.0 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/6/2022 Sample Identification: B-6 ET-5 8-10' Material Description: Brown fat clay (CH) Moisture Content (%): 22.1 Average Height (in): 5.461 Before Shear: X After Shear: Average Diameter (in): 2.755 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.982 Initial Dry Density (pcf): 104.4 Avg Rate of Strain (%/min): 0.92 *Void Ratio (e ): 0.615 *saturation (%): 96.9% Maximum Unconfined Compressive Stength (q„) (TSF): 1.90 Strain at Failure (%): 14.0 55* Angular" Strain Corrected Shear Strength (su) Deflection (in) N Area (in2) Load (lbs) Stress (TSF) (TSF) 0.020 0.4 5.98 65.8 0.79 0.40 0.041 0.7 6.00 86.9 1.05 0.53 0.081 1.5 6.05 104.4 1.26 0.63 0.121 2.2 6.09 116.2 1.40 0.70 0.161 2.9 6.14 125.7 1.52 0.76 0.201 3.7 6.19 132.9 1.61 0.80 0.241 4.4 6.23 138.6 1.67 0.84 0.281 5.1 6.28 143.0 1.73 0.86 0.321 5.9 6.33 147.0 1.78 0.89 0.361 6.6 6.38 150.8 1.82 0.91 0.402 7.4 6.43 154.1 1.86 0.93 0.442 8.1 6.48 155.6 1.88 0.94 0.482 8.8 6.54 156.4 1.89 0.94 0.522 9.6 6.59 156.1 1.89 0.94 0.562 10.3 6.64 156.8 1.89 0.95 0.602 11.0 6.70 156.7 1.89 0.95 0.642 11.8 6.75 157.1 1.90 0.95 0.682 12.5 6.81 157.1 1.90 0.95 0.722 13.2 6.87 157.3 1.90 0.95 0.762 14.0 6.93 157.6 1.90 0.95 0.803 14.7 6.99 157.3 1.90 0.95 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **Slickensided failure. Performed By: D. Bush Reviewed By: J. Young I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-6 ET-5 8-10' Material Description: Brown fat clay (CH) Stress -Strain Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2.0 1.8 1.6 ly 1.4 1.2 1.0 ; 0.8 u i L � i O v 0.6 0.4 0.2 0.0 ' 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Strain (%) Remarks: 222004 4/6/2022 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 212011 Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Date: 4/6/2022 Sample Identification: B-6 ET-7 18-20' Material Description: Brown fat clay (CH) Moisture Content (%): 24.8 Average Height (in): 5.463 Before Shear: After Shear: X Average Diameter (in): 2.750 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.987 Initial Dry Density (pcf): 105.3 Avg Rate of Strain (%/min): 0.55 *Void Ratio (e ): 0.601 Chamber Pressure (initial) (tsf): 1.19 *Saturation (%): 111.5% Chamber Pressure (final) (tsf): 1.19 Maximum Compressive Stength (TSF): 1.61 v Strain at Failure (%): 12.1 Internal Strain Corrected Stress (TSF) Shear Strength Deflection (in) (%) Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.020 0.4 5.96 52.3 0.63 0.63 0.32 0.040 0.7 5.98 66.2 0.80 0.80 0.40 0.080 1.5 6.03 82.3 1.00 0.98 0.49 0.120 2.2 6.07 94.3 1.14 1.12 0.56 0.160 2.9 6.12 104.5 1.27 1.23 0.61 0.200 3.7 6.17 112.8 1.37 1.32 0.66 0.240 4.4 6.21 119.6 1.45 1.39 0.69 0.280 5.1 6.26 124.9 1.51 1.44 0.72 0.320 5.9 6.31 129.7 1.57 1.48 0.74 0.340 6.2 6.33 131.4 1.59 1.49 0.75 0.380 7.0 6.38 135.1 1.64 1.52 0.76 0.420 7.7 6.43 138.3 1.68 1.55 0.77 0.461 8.4 6.49 140.6 1.70 1.56 0.78 0.500 9.2 6.54 142.9 1.73 1.57 0.79 0.540 9.9 6.59 145.2 1.76 1.58 0.79 0.581 10.6 6.65 147.2 1.78 1.59 0.80 0.620 11.4 6.70 149.3 1.81 1.60 0.80 0.661 12.1 6.76 150.8 1.83 1.61 0.80 0.701 12.8 6.81 152.1 1.84 1.61 0.80 0.741 13.6 6.87 153.1 1.86 1.60 0.80 0.781 14.3 6.93 154.4 1.87 1.60 0.80 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf Performed By: D. Bush Reviewed By: J. Young I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D28SO) TEAM Consultants Client: CDM Smith Project: Village Creek Wastewater Treatment Plant Primary Clarifiers Sample Identification: B-6 ET-7 18-20' Material Description: Brown fat clay (CH) 1.8 1.6 1.4 1.2 LL F 1.0 iJ/ Gl00, to � 0.8 N � v 0.6 0.4 0.2 0.0 0.0 2.0 4.0 Remarks: Stress -Strain 6.0 8.0 Strain (%) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 10.0 12.0 14.0 212011 4/6/2022 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM 132850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Clarifiers Date: 5/9/2022 Sample Identification: B-2 ET-7 13-15' Material Description: Brown fat clay (CH) Swell Data Liquid Limit: N/A Vertical Pressure (psf) Change in Height (%) Plasticity Index: N/A 1625 -0.12 Percent Passing #200 N/A % 750 0.24 Moisture Content (Initial) 21.8 % 250 1.22 Moisture Content (Final) 22.5 % Unit Dry Weight (Initial) 106.3 Ibs/ft3 1.4 1.2 O 1.0 0.8 t ao = 0.6 c � a to m s � 0.4 \ 0.2 0.0 -0.2 100 1,000 10,000 Vertical Pressure (PSF) Remarks: Soil specimen was tested at as -received moisture and unit weight conditions. Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Swell (ASTM D-4546) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Clarifiers Date: 5/9/2022 Sample Identification: B-3 ET-1 0-2' Material Description: Brown fat clay (CH) Swell Data Liquid Limit: N/A Vertical Pressure (psf) Change in Height (%) Plasticity Index: N/A 1750 -0.02 Percent Passing #200 N/A % 750 0.40 Moisture Content (Initial) 24.1 % 250 1.06 Moisture Content (Final) 25.8 % Unit Dry Weight (Initial) 101.9 Ibs/ft3 1.2 1.0 0.8 t 0.6 \ ao c a to = 0.4 m U \ 0.2 \ 0.0 -0.2 100 1,000 10,000 Vertical Pressure (PSF) Remarks: Soil specimen was tested at as -received moisture and unit weight conditions. Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Swell (ASTM D-4546) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas /Arlington /McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Clarifiers Date: 5/6/2022 Sample Identification: B-4 ET-2 24' Material Description: Brown fat clay (CH) Swell Data Liquid Limit: N/A Vertical Pressure (psf) Change in Height (%) Plasticity Index: N/A 1500 -0.02 Percent Passing #200 N/A % 750 0.30 Moisture Content (Initial) 24.8 % 250 0.89 Moisture Content (Final) 25.7 % Unit Dry Weight (Initial) 101.1 Ibs/ft3 1.0 o.$ 0.6 t ao C 0.4 a \\ to m s U 0.2 0.0 b -0.2 100 1,000 10,000 Vertical Pressure (PSF) Remarks: Soil specimen was tested at as -received moisture and unit weight conditions. Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Swell (ASTM D-4546) TEAM Consultants Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney Client: CDM Smith Project: Village Creek Clarifiers Sample Identification: B-6 ET-5 8-10' Material Description: Brown fat clay (CH) Swell Data Vertical Pressure (psf) Change in Height (%) 1000 0.02 500 0.19 250 0.38 0.40 0.35 0.30 0.25 a to m s u 0.15 0.10 0.05 0.00 100 TEAM Project Number: 222004 Date: 5/4/2022 Liquid Limit: Plasticity Index: Percent Passing #200 Moisture Content (Initial) Moisture Content (Final) Unit Dry Weight (Initial) 1,000 Vertical Pressure (PSF) Remarks: Soil specimen was tested at as -received moisture and unit weight conditions. Performed By: J. Young Reviewed By: N/A N/A N/A % 23.7 % 24.8 % 102.8 Ibs/ft3 10,000 J. Hutt One -Dimensional Swell (ASTM D-4546) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifiers Date: 4/18/2022 Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Specific Gravity: 2.698 Liquid Limit: 44 Plastic Limit: 18 Percent Passing No. 200: N/A 0.700 1 0.680 0.660 0.640 0.620 6 0.600 �\ i 0.580 0 0.560 � 0.540 ` •� 0.520 0.500 4 0.480 0.460 0.1 1 10 100 Axial Effective Stress (TSF) Initial Final Preconsolidation Pressure (PJ (TSF): 2.1 Moisture Content (%): 25.58% 19.13% Compression Index (Cc): 0.214 Saturation (%): 99.6% 100.0% Swell Index (Cs): 0.032 Void Ratio (e): 0.6929 0.5439 Recompression Index (CR): 0.042 Dry Density NJ (PCF): 99.5 N/A Remarks: Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Prima Clarifiers Date: 4/18/2022 Sample Identification: BS ET-9 28-30' Material Description: Dark brown lean clay (CL) Specific Gravity: 2.698 Liquid Limit: 44 Plastic Limit: 18 Percent Passing No. 200: N/A Time Increment Dial Reading Pressure (TSF) Effective (min) (10' in) 0.1 Zero Point 2000 0.188 Initial Load 2001 0.188 1175 2007 0.5 1435 2054.8 1 1450 2119 2 1440 2213.5 4 4330 2347.2 8 1440 2525.8 4 1410 2500 1 1475 2414.5 2 1435 2438 4 4340 2483.8 8 1420 2553.2 16 1440 2742 4 1440 2671.5 1 1440 2568 0.25 2220 2456 0.70 0.65 :'. 0.60 0 0.55 0 0.50 0.45 1 Net Change Correction in Height Height of Voids CV (10' in) (AH) (10-0 in) (Hv) (10-0 in) Void Ratio (e) (10-0 cm2/sec) 2000 0 2009.6 0.6929 N/A 2001 0 2009.6 0.6929 N/A 2001 -6 2003.6 0.6908 N/A 2007 -47.8 1961.8 0.6764 7.03 2018 -101 1908.6 0.6581 6.54 2027 -186.5 1823.1 0.6286 6.36 2038 -309.2 1700.4 0.5863 4.44 2053 -472.8 1536.8 0.5299 4.03 2044 -456 1553.6 0.5357 N/A 2026 -388.5 1621.1 0.5589 N/A 2031 -407 1602.6 0.5526 11.01 2040 -443.8 1565.8 0.5399 10.97 2055 -498.2 1511.4 0.5211 15.45 2076 -666 1343.6 0.4633 3.85 2054 -617.5 1392.1 0.4800 N/A 2033 -535 1474.6 0.5084 N/A 2024 -432 1577.6 0.5439 N/A 10 Coefficient of Consolidation (Cv) (10-4 cm2/sec) 100 Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2010 2015 , 2020' = 2025 c 2030 r 2035 R 2040 p 2045 2050 2055 2060 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 7.03 x 10-4 Load (TSF): 0.5 Thickness (in): d50 (inches): 0.20275 Remarks: t50 (minutes): 1.8 222004 4/18/2022 0.491 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2060 2070 a 2080 o r \ = 2090 Ok _R 2100 G 2110 2120 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 6.54 x 10-4 Load (TSF): 1 Thickness (in): d50 (inches): 0.20837 Remarks: t50 (minutes): 1.9 222004 4/18/2022 0.491 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2130 � GI 2140 2150 'v = 2160 a � o = 2170 2180 R 2190 G 2200 2210 2220 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 6.36 x 10-4 Load (TSF): 2 Thickness (in): d50 (inches): 0.21620 Remarks: t50 (minutes): 1.9 222004 4/18/2022 0.491 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 4/18/2022 2220 2240 2260 2280 c 2300 0 2320 2340 2360 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 4.44 x 10-4 Load (TSF): 4 Thickness (in): 0.491 d50 (inches): 0.22810 Remarks: t50 (minutes): M 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2360 2380 2400 = 2420 o � 2440 2460 _R 2480 2500 + a� 2520 2540 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 4.03 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.24315 Remarks: t50 (minutes): 2.7 222004 4/18/2022 0.491 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 4/18/2022 2420 2422 2424 = 2426 c 2428 = 2430 R 2432 2436 2438 2440 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 11.0 x 101 Load (TSF): 2 Thickness (in): 0.491 d50 (inches): 0.24268 Remarks: t50 (minutes): 0.98 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 4/18/2022 2445 2450 2455 2460 o � r \ = 2465� R 2470 0 l 2475 �� ►- .,� 2480 248 5 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 11.0 x 101 Load (TSF): 4 Thickness (in): 0.491 d50 (inches): 0.24589 Remarks: t50 (minutes): 0.97 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: - B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2490 2500 2510 2520 2530� 0 2540 �'► 2550 2560 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 15.4 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.25116 Remarks: t50 (minutes): 0.68 222004 4/18/2022 0.491 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-3 ET-9 28-30' Material Description: Dark brown lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 4/18/2022 2560 2580 2600 = 2620 c 2640 = 4 2660 ' « �a y, R 2680 p 2700 2720 *11 2740 2760 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 3.85 x 10-4 Load (TSF): 16 Thickness (in): 0.491 d50 (inches): 0.26368 Remarks: t50 (minutes): 2.6 TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Prima Clarifiers Date: 4/18/2022 Sample Identification: B� ET-6 13-15' Material Description: Brown fat clay (CH) Specific Gravity: 2.713 Liquid Limit: 53 Plastic Limit: 21 Percent Passing No. 200: N/A 0.680 II I I 0.660 1 0.640 \ 0.620 0.600 O 0.580 % 0.560 \ �\ 0.540 � � 0.520 0.500 0.480 0.1 1 10 100 Axial Effective Stress (TSF) Initial Final Preconsolidation Pressure (PJ (TSF): 1.9 Moisture Content (%): 23.91% 20.42% Compression Index (Cc): 0.178 Saturation (%): 96.2% 100.0% Swell Index (Cs): 0.036 Void Ratio (e): 0.6740 0.5700 Recompression Index (CR): 0.042 Dry Density NJ (PCF): 101.2 N/A Remarks: Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifiers Date: 4/18/2022 Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Specific Gravity: 2.713 Liquid Limit: 53 Plastic Limit: 21 Percent Passing No. 200: N/A Net Change Time Increment Dial Reading Correction in Height Height of Voids CV Pressure (TSF) Effective (min) (10' in) (10' in) (AH) (10-0 in) (Hv) (10-0 in) Void Ratio (e) (10-0 cm2/sec) 0.1 Zero Point 2000 2000 0 2009.1 0.6740 N/A 0.313 Initial Load 2005 2005 0 2009.1 0.6740 N/A 0.313 1150 2010 2005 -5 2004.1 0.6723 N/A 1 1435 2060 2017 -43 1966.1 0.6596 1.41 2 1450 2181.5 2035 -146.5 1862.6 0.6249 0.51 4 1440 2305.5 2050 -255.5 1753.6 0.5883 1.02 8 1805 2462 2066 -396 1613.1 0.5412 1.05 4 2520 2431 2056 -375 1634.1 0.5482 N/A 1 1445 2332 2034 -298 1711.1 0.5740 N/A 2 1465 2357.8 2041 -316.8 1692.3 0.5677 2.04 4 1435 2408.2 2052 -356.2 1652.9 0.5545 1.64 8 1440 2477.2 2066 -411.2 1597.9 0.5361 2.25 16 1440 2639.8 2084 -555.8 1453.3 0.4875 0.72 4 2880 2553 2061 -492 1517.1 0.5089 N/A 1 1440 2436 2039 -397 1612.1 0.5408 N/A 0.25 1440 2327 2017 -310 1699.1 0.5700 N/A 0.68 l i 0.63 u Q1 � 0 0.58 o > !► 0.53 "' J r' , 0.48 0.1 1 10 Coefficient of Consolidation (Cv) (10-4 cm2/sec) Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAM Consultants Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifiers Date: 4/18/2022 Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) 2010 2015 —� 2020 ..� 1` 2025 2030 0 2035 c `�4 2040 m 2045 2050 2055 �a 2060 2065 ' 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 1.41 x 10-4 Load (TSF): 1 Thickness (in): 0.499 d50 (inches): 0.20332 Remarks: t50 (minutes): 9.3 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2080 2090 .t 2100 2110 a 2120 o �4 2130 c x R 2140 `\ 2150 )0 2160 2170 s 2180►� 2190 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 0.51 x 10-4 Load (TSF): 2 Thickness (in): d50 (inches): 0.21245 Remarks: t50 (minutes): 25 222004 4/18/2022 0.499 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2180 2200 2220 2240 c �a N, 2260 Ta 0 2280 2300� 2320 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 1.02 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.22427 Remarks: t50 (minutes): 12 222004 4/18/2022 0.499 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2320 2340 2360 c 2380 = 2400 �a R 2420 2440 '~ 2460 �► 2480 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 1.05 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.23817 Remarks: t50 (minutes): 11 222004 4/18/2022 0.499 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2335 LL 2340 c 2345 r � .a R 2350 �\ 0 2355 2360 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 2.04 x 10-4 Load (TSF): 2 Thickness (in): d50 (inches): 0.23454 Remarks: t50 (minutes): 51 222004 4/18/2022 0.499 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2365 2370 2375 2380 o , 2385 m 2390 \ R 2395 `\ G \ 2400 2405 2410 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 1.64 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.23850 Remarks: t50 (minutes): 7.0 222004 4/18/2022 0.499 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2420 2430 «� 2440 a o � r \ 2450' �a d IL R 2460 c� 2470 2480 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 2.25 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.24428 Remarks: t50 (minutes): 5.0 222004 4/18/2022 0.499 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifiers Sample Identification: B-6 ET-6 13-15' Material Description: Brown fat clay (CH) 2500 �— , , , I 2520 �� ''.,�� 140-- 2540 c 2560 r 2580 �a R m 2600 0 2620 2640 2660 0.01 0.1 1 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 10 100 1000 Time (min) 222004 4/18/2022 Coefficient of Consolidation (CV) (cm2/sec): 0.72 x 10-4 Load (TSF): 16 Thickness (in): 0.499 d50 (inches): 0.25611 Remarks: t50 (minutes): 15 10000 2600 Dudley Rd. Kilgore, Texas 75662 R: 3306 State Highway 135N, Kilgore, TX 75662 Office: 903-984-0551 *Tax: 903-984-5914 TEAM Consultants, Inc. Jason Young 4087 SHILLING WAY DALLAS, TX 75237 2087126 B-3 ET-3 4-6 Solid & Chemical Materials Collectedly: Client Taken: 12/31/1899 EPA 9056 Parameter NELAC Chloride (water extractable) NELAC Sulfate (water extractable) * Dry Weight Basis SM2540 G-19971MOD Parameter NELAc Total Solids 2087126 CDM-3 ET-3 4-6 z Environmental Fee (per Project) Calculation As Received to Dry Weight Basis ANA LAB Testing the Limits of Science and Service Page 1 of 2 Project 1009606 Printed: 05/09/2022 VC CLARIFIERS RESULTS Sample Results Received: 04/29/2022 TEAM Consultants, In PO: Prepared: 1005435 0510312022 1221:19 Analyzed 1005702 0510312022 16.30:00 MDE Results Units RL Flags CAS Bottle 8.89 " mg/kg 17.8 1 02 334 mg/kg 17.8 02 Prepared.1005427 0510212022 14:16:00 PCH 14:16:00 Analyzed 1005427 0510212022 Results Units RL Flags CAS Bottle 84.4 % 0.010 01 Sample Preparation Received: 04/29/2022 12/31/1899 Prepared 0510212022 1223:44 Calculated 0510212022 1223:44 CAL Verified Prepared 0510912022 13:49.21 Calculated 0510912022 13:49.21 CAL Calculated 0 Report Page 3 of 7 LDSCtient v1.18.18.2155 North Texas Region: 11105 Shady Trl Ste. 113 Dallas TX 75129-7633 Form rptPRO1RESN Created 12119/zo19v1.z 2600 Dudley Rd. Kilgore, Texas 75662 R: 3306 State Highway 135N, Kilgore, TX 75662 Office: 903-984-0551 *Tax: 903-984-5914 TEAM Consultants, Inc. Jason Young 4087 SHILLING WAY DALLAS, TX 75237 2087126 B-3 ET-3 4-6 EPA 9056 Water Extract -Ion Chromatography SM2540 G-1997 NELAC Total Solids Start Code Qualifiers J - Analyte detected below quantitation limit 12/31/1899 ANA LAB Testing the Limits of Science and Service Page 2 of 2 P1009606 roject 05/09/2022 Received: 04/29/2022 Prepared.1005435 0510312022 1221:19 Analyzed 1005435 0510312022 1221:19 KAP 5015 grams 01 Prepared- 1003159 0411812022 14.•56:57 Analyzed 1003159 0411812022 14:56:57 CPI Started We report results on an As Received (or Wet) basis unless marked'Dry Weight'. Unless otherwise noted, testing was performed at Ana -lab corporate laboratory which holds International, Federal, and state accreditations. Please see https://www.ana-lab-work.com/index.php/accreditations/ These analytical results relate to the sample tested. This report may NOT be reproduced EXCEPT in FULL without written approval of Ana -Lab Corp. Unless otherwise specified, these test results meet the requirements of NELAC. RL is the Reporting Limit (sample specific quantitation limit) and is at or above the Method Detection Limit (MDL). CAS is Chemical Abstract Service number. RL is our Reporting Limit, or Minimum Quantitation Level. The RL takes into account the Instrument Detection Limit (IDL), Method Detection Limit (MDL), and Practical Quantitation Limit (PQL), and any dilutions and/or concentrations performed during sample preparation (EQL). Our analytical result must be above this RL before we report a value in the'Results' column of our report (without a'J' flag). Otherwise, we report ND (Not Detected above RL), because the result is "<" (less than) the number in the RL column. MAL is Minimum Analytical Level and is typically from regulatory agencies. Unless we report a result in the result column, or interferences prevent it, we work to have our RL at or below the MAL. Trey Peery, MA, Project Manager Report Page 4 of 7 LDSCIient vi.18.18.2155 North Texas Region: 31305 Shady Trl Ste. 123 Dallas TX 75229-7633 Form rptPROIRESN Created 121191zoa9va.z TEAM Consultants, Inc. Geotechnical, Environmental, Construction Materials Testing August 31, 2022 TEAM Project No. 222004 Report No. 2 CDM Smith 12400 Coit Road, Suite 400 Dallas, Texas 75251 Attn: Mr. Jeffrey Van Pelt, P.E. Re: Geotechnical Laboratory Testing Services Village Creek Primary Clarifier Improvement Dear Mr. Van Pelt: Submitted here is our report of laboratory testing services completed on soil samples received at our materials testing laboratory in Arlington, Texas for the above referenced project. The testing program was completed in accordance with testing instructions received from Mr. Guanjie Chen, utilizing the following test methodologies: Atterberg Limits Particle Size Analysis Material Finer than #200 Sieve Classification of Soils Moisture Content Unconsolidated-Undrained Triaxial Unconfined Compressive Strength (Soil) Unconfined Compressive Strength (Rock) One Dimensional Swell Test Consolidation Test Soil pH by Lime Soil Resistivity Hydraulic Conductivity Sulfate and Chloride Content ASTM D4318 ASTM D422 ASTM D1140 ASTM D2487 & 2488 ASTM D2216 ASTM D2850 ASTM D2166 ASTM D7012, Method C ASTM D4546 ASTM D2435 Tex-121-E ASTM G57 ASTM D5084* EPA 9056* *These methods were provided to TEAM Consultants by a subcontracted lab (reports attached). The results of the soil testing program are summarized in the following tables which also serve as an index to the attached additional testing (strength, swell, compressibility, etc.). We appreciate the opportunity to be of assistance to you with this project. Should you have any questions, or if we may be of further assistance, please call the undersigned at (817) 467-5500. Sincerely, Jeremy Williamson Jeremy Williamson, E.I.T Staff Engineer 4087 Shilling Way Dallas, TX 75237 (214) 331-4395 Fax (214) 331-4458 3101 Pleasant Valley, Suite 101 Arlington, TX 76015 (817) 467-5500 Fax (817) 468-9920 TEAM Consultants, Inc. GEOTECHNICAL - ENVIRONMENTAL - CONSTRUCTION MATERIALS TESTING LABORATORY TEST DATA SUMMARY SHEET PROJECT: Village Creek Primary Clarifier Improvement TEAM JOB NUMBER: 222004 U Grain Size Analysis Compressive Strength CLEINT: CDM Smith a PROJECT NO.: 260521 d V Percent Passing Sieve j N y N o .� E•N� £... �� mC L C 3 L E .� C z° x Atterberg Limits 07 L � N � E a Visual Description & Unified Soil Classification w # eq 4 W u N £ v to 0 v m In p LL PL PI :3U N y T CL B-7 ST-5 18.0 - 20.0 Brown clay CH --- --- - 22.3 104.7 --- --- --- --- --- --- --- --- 3.39 14.2 16.5 2 ST-6 23.0 - 25.0 Dark brown fat clay with sand CH 52 23 29 23.8 --- --- --- --- --- --- --- --- --- --- --- --- 5 ST-9 38.0 - 40.0 Brown and gray lean clay with sand CL 45 18 27 22.1 --- --- --- --- --- --- --- --- --- --- --- --- 5 RC-3 65.0 - 70.0 Dark grayshale N/A --- --- - 11.0 131.9 --- --- --- --- --- --- --- --- 24.6 1.40 --- B-8 ST-3 14.0 - 16.0 Dark brown fat clay with sand CH 72 23 49 21.4 --- --- --- --- --- --- --- --- --- --- --- --- ST-6 28.0 - 30.0 Dark brown fat clay with sand CH 52 20 32 20.8 110.9 --- --- --- --- --- --- --- --- 3.42 15.0 --- 2 SS-8 38.5 - 40.0 Brown and gray clayey sand SC --- --- --- 22.2 --- 99.7 99.2 --- 97.9 --- --- --- 69.0 --- --- --- SS-13 63.5 - 65.0 Brown poorly graded sand with silt SP-SM --- --- --- 21.6 --- 99.6 98.7 --- 76.7 --- --- --- 5.5 --- --- --- RC-1 70.0 - 75.0 Dark gray limestone N/A --- --- --- 10.3 133.3 --- --- --- --- --- --- --- --- 57.7 1.09 --- B-9 ST-3 14.0 - 16.0 Brawn and gray fat clay CH 61 23 38 25.5 --- --- --- --- --- --- --- --- --- --- --- --- 3 ST-7 33.0 - 35.0 Brown and gray sandy lean clay CL 32 16 16 25.2 --- --- --- --- --- --- --- --- --- --- --- --- SS-9 43.5 - 45.0 Brawn clayey sand with gravel SC --- --- --- 12.5 --- 62.4 48.6 --- 35.5 --- --- --- 23.1 --- --- --- SS-10 48.5 - 50.0 Dark brown fat clay with sand CH 66 26 40 37.2 --- 99.9 99.8 --- 98.9 --- --- --- 94.8 --- --- --- RC-2 60.0 - 65.0 Dark grayshale N/A --- --- --- 10.4 131.0 --- --- -- --- --- --- --- --- 21.3 1.20 --- B-10 ST-3 14.0 - 16.0 Brown fat clay CH 61 21 40 23.4 --- --- --- --- --- --- --- --- --- --- --- --- ST-8 38.0 - 40.0 Brown sandy lean clay CL 24 17 7 21.5 107.5 --- --- --- --- --- --- --- --- 0.82 15.0 34.0 1,4 SS-9 43.5 - 45.0 Tan clayey sand CL --- --- --- 14.9 --- 90.5 81.1 --- 48.1 --- --- --- 13.3 --- --- --- B-11 ST-2 12.0 - 14.0 Brown and gray lean clay with sand CL 43 19 24 23.0 --- --- --- --- --- --- --- --- --- --- --- --- ST-4 18.0 - 20.0 Brown and gray lean clay with sand CL --- --- --- 23.6 --- --- --- --- --- --- --- --- --- --- --- --- 5 ST-6 28.0 - 30.0 Brown and gray sandy lean clay with sand CL 46 18 28 23.8 --- --- --- --- --- --- --- --- --- --- --- --- SS-8 38.5 - 40.0 Tan and brown clayey sand SC --- --- --- 22.1 --- 99.5 98.7 --- 97.7 --- --- 28.2 --- --- --- SS-11 53.5 - 55.0 Gray fat clay with sand CH 58 22 36 15.7 --- --- --- --- --- --- --- --- --- --- --- --- RC-2 60.0 - 65.0 Gray limestone N/A --- --- --- 5.4 137.5 --- --- -- --- --- --- --- --- 67.2 1.10 --- 3 (1) Additional test results can be found on attached supplementary data summary. (2) Results of compressive strength testing are attached. (3) Results of one-dimensional swell testing are attached. (4) Results of one-dimensional consolidation are attached. (5) Results of permeability testing are attached. TEAM Consultants, Inc. GEOTECHNICAL - ENVIRONMENTAL - CONSTRUCTION MATERIALS TESTING LABORATORY TEST DATA SUMMARY SHEET PROJECT: Village Creek Primary Clarifier Improvement TEAM JOB NUMBER: 222004 U Grain Size Analysis Compressive Strength CLEINT: CDM Smith a PROJECT NO.: 260521 d V Percent Passing Sieve j N y N o .� E•N� £.-. 3 L �� .� mC C z° x Atterberg Limits L C E 07 L � (1) � E a Visual Description & Unified Soil Classification w # eq 4 W u N £ v to 0 v m In p LL PL PI :3U N y IL B-12 ST-4 18.0 - 20.0 Dark brown fat clay CH 57 22 35 --- --- --- --- --- --- --- --- --- --- --- --- --- 4 ST-5 23.0 - 25.0 Dark brown and gray lean clay with sand CL 46 18 28 24.5 --- --- --- --- --- --- --- --- --- --- --- --- ST-7 33.0 - 35.0 Dark brown clay CH --- --- --- 26.9 98.1 --- ----- --- --- --- --- --- 0.97 15.0 29.5 2 ST-8 38.0 - 40.0 Dark brown and gray sandy lean clay CL 24 16 8 21.1 --- --- --- --- --- --- --- --- --- --- --- --- RC-2 55.0 - 60.0 Dark grayshale N/A --- --- - 14.9 122.2 --- --- --- --- --- --- --- --- 16.4 1.49 --- B-13 ST-2 12.0 - 14.0 Dark brown and gray lean clay with sand CL 38 16 22 21.6 --- --- --- --- --- --- --- --- --- --- --- --- ST-3 14.0 - 16.0 Tan clay with sand CH --- --- --- 22.7 101.1 --- ----- --- --- --- --- --- 0.47 15.0 13.0 2 ST-4 18.0 - 20.0 Brown clay with sand CH --- --- --- 21.5 --- --- --- --- --- --- --- --- --- --- --- --- 1 SS-5 23.5 - 25.0 Brown and gray clayey sand SC 33 17 16 24.3 --- 100.0 100.0 --- 98.5 --- --- --- 62.8 --- --- --- ST-7 33.0 - 35.0 Gray clayey sand SC 22 14 8 20.7 --- 100.0 99.8 --- 92.9 --- --- --- 29.4 --- --- --- RC-3 60.0 - 65.0 Dark grayshale N/A --- --- --- 12.9 127.4 --- --- -- --- --- --- --- --- 21.6 2.07 --- B-14 ST-4 18.0 - 20.0 Brown and gray lean clay with sand CL 46 20 26 24.0 102.7 --- --- --- --- --- --- --- --- 1.47 15.0 --- 2 ST-6 28.0 - 30.0 Brown and gray lean clay with sand CL 41 18 23 21.3 104.6 --- --- --- --- --- --- --- --- 1.60 15.0 --- 2,4 SS-8 38.5 - 40.0 Brown clayey sand SC --- --- --- 20.6 --- 98.7 97.9 --- 93.8 --- --- --- 37.0 --- --- --- SS-9 43.5 - 45.0 Brown poorly graded and with silt SP-SM --- --- --- 14.9 --- 99.6 96.7 --- 59.9 --- --- --- 3.4 --- --- --- B-15 ST-2 12.0 - 14.0 Brown fat clay CH 54 20 34 22.4 --- --- --- --- --- --- --- --- --- --- --- --- ST-5 23.0 - 25.0 Brown lean clay with sand CL 46 20 26 22.3 102.1 --- --- --- --- --- --- --- --- 1.55 15.0 --- 2 ST-7 33.0 - 35.0 Dark brown clayey sand SC 25 15 10 21.0 --- --- --- --- --- --- --- --- --- --- --- --- ST-8 38.0 - 40.0 Dark brown clayey sand SC --- --- --- 22.6 --- 100.0 100.0 --- 98.2 --- --- --- 52.4 --- --- --- SS-9 43.5 - 45.0 Brown poory graded sand with silt SP-SM --- --- --- 17.6 --- 93.0 91.7 --- 50.0 --- --- --- 3.1 --- --- --- SS-10 48.5 - 50.0 Brown poory graded sand with silt SP-SM --- --- --- 13.6 --- 86.2 71.6 --- 47.7 --- --- --- 7.9 --- --- --- RC-4 70.0 - 75.0 Gray limestone N/A --- --- --- 4.7 150.5 --- ----- --- --- --- --- --- 175.9 0.59 --- 3 B-16 BAG 0.0 - 10.0 Dark brown clayey CH --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- --- 1 ST-3 14.0 - 16.0 Tan and brown lean clay with sand CL 38 17 21 20.7 --- --- --- --- --- --- --- --- --- --- --- --- SS-6 28.5 - 30.0 Dark brown sandy fat clay CH --- --- --- 24.9 --- 100.0 100.0 --- 99.9 --- --- --- 76.9 --- --- --- SS-8 38.5 - 40.0 Dark brown sandy fat clay CH 54 24 30 32.5 --- 99.7 99.5 --- 99.0 --- --- --- 73.6 --- --- --- (1) Additional test results can be found on attached supplementary data summary. (2) Results of compressive strength testing are attached. (3) Results of one-dimensional swell testing are attached. (4) Results of one-dimensional consolidation are attached. (5) Results of permeability testing are attached. PROJECT: Village Creek Primary Clarifier Improvement TEAM JOB NUMBER: 222004 CLEINT: CDM Smith PROJECT NO.: 260521 o Z E n Visual Description & Unified Soil Classificatic !7 p Bag 0.0 - 10.0 Dark brown clay ST-4 18.0 - 20.0 Brown and gray lean clay with sand TEAM Consultants, Inc. GEOTECHNICAL - ENVIRONMENTAL - CONSTRUCTION MATERIALS TESTING LABORATORY TEST DATA SUMMARY SHEET Resistivity (ASTM G57) _ � As Received Saturated y C 0. O O D O ai aQ£ �Qrn E Organic Content ? " ,�-, E ? " n 2 2 ,�-, E o r~n Q W O w (ASTM D2974) (%) °= C o .... o U m .... W r V CH --- --- --- --- --- 7.5 --- --- CH --- 21.5 165 28.4 86 7.3 85 15.5 83.8 rn E N TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222021 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-7 ST-5 (18-20) Material Description: Brown clay (CH) Moisture Content (%): 22.3 Average Height (in): 5.487 Before Shear: After Shear: X Average Diameter (in): 2.742 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.001 Initial Dry Density (pcf): 104.7 Avg Rate of Strain (%/min): 0.55 *Void Ratio (e ): 0.609 Chamber Pressure (initial) (tsf): 1.19 *Saturation (%): 98.7% Chamber Pressure (final) (tsf): 1.19 Maximum Compressive Stength (TSF): 3.39 v Strain at Failure (%): 14.2 55' Angular Strain Corrected Stress (TSF) Shear Strength Deflection (in) N Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.040 0.7 5.95 129.0 1.57 1.56 0.78 0.080 1.5 5.99 156.8 1.91 1.88 0.94 0.120 2.2 6.04 176.8 2.16 2.11 1.05 0.160 2.9 6.08 191.9 2.34 2.27 1.14 0.200 3.6 6.13 205.8 2.51 2.42 1.21 0.240 4.4 6.17 217.9 2.66 2.54 1.27 0.280 5.1 6.22 231.1 2.82 2.67 1.34 0.320 5.8 6.27 245.9 3.00 2.82 1.41 0.340 6.2 6.29 251.6 3.07 2.88 1.44 0.380 6.9 6.34 261.6 3.19 2.97 1.48 0.420 7.7 6.39 270.0 3.29 3.04 1.52 0.460 8.4 6.44 277.8 3.39 3.10 1.55 0.500 9.1 6.50 288.1 3.51 3.19 1.60 0.540 9.8 6.55 296.2 3.61 3.25 1.63 0.580 10.6 6.60 301.0 3.67 3.28 1.64 0.620 11.3 6.66 305.1 3.72 3.30 1.65 0.660 12.0 6.71 308.8 3.77 3.31 1.66 0.700 12.8 6.77 315.4 3.85 3.35 1.68 0.740 13.5 6.82 321.1 3.92 3.39 1.69 0.780 14.2 6.88 323.9 3.95 3.39 1.69 0.820 14.9 6.94 325.1 3.96 3.37 1.69 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-7 ST-5 (18-20) Material Description: Brown clay (CH) 4.0 3.5 3.0 N 2.5 N { F a 2.0 a J 1.5 -y L O U 1.0 0.5 0.0 0.0 2.0 4.0 Remarks: Stress -Strain Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 6.0 8.0 10.0 12.0 14.0 Strain (%) 222021 8/10/2023 16.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-8 ST-6 (28-30) Material Description: Dark brown fat clay with sand (CH) Moisture Content (%): 20.8 Average Height (in): 5.498 Before Shear: X After Shear: Average Diameter (in): 2.745 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.003 Initial Dry Density (pcf): 110.9 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.520 *Saturation (%): 108.0% Maximum Unconfined Compressive Stength (qu) (TSF): 3.42 "Strain at Failure (%): 15.0 Internal Strain Corrected Shear Strength (su) Deflection (in) N Area (in2) Load (Ibs) Stress (TSF) (TSF) 0.040 0.7 5.96 96.2 1.17 0.59 0.080 1.5 6.01 116.3 1.42 0.71 0.120 2.2 6.05 129.8 1.58 0.79 0.160 2.9 6.10 142.9 1.74 0.87 0.200 3.6 6.14 155.5 1.89 0.95 0.240 4.4 6.19 167.4 2.04 1.02 0.280 5.1 6.24 178.8 2.18 1.09 0.320 5.8 6.28 190.6 2.32 1.16 0.360 6.6 6.33 202.6 2.46 1.23 0.400 7.3 6.38 213.1 2.59 1.30 0.440 8.0 6.43 221.9 2.70 1.35 0.480 8.7 6.48 229.7 2.79 1.40 0.520 9.5 6.54 237.2 2.89 1.44 0.560 10.2 6.59 244.7 2.98 1.49 0.600 10.9 6.64 251.2 3.06 1.53 0.640 11.6 6.70 256.7 3.12 1.56 0.680 12.4 6.75 261.8 3.19 1.59 0.720 13.1 6.81 267.1 3.25 1.62 0.760 13.8 6.87 272.5 3.32 1.66 0.800 14.6 6.93 277.2 3.37 1.69 0.840 15.3 6.99 281.4 3.42 1.71 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-8 ST-6 (28-30) Material Description: Dark brown fat clay with sand (CH) Stress -Strain 4.0 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 3.5 _ _1% 3.0� N 2.5 cl- z.o a v � � 0 U i 1.0 0.5 0.0 0.0 2.0 4.0 Remarks: 6.0 8.0 10.0 12.0 14.0 16.0 Strain (%) 222004 8/10/2023 18.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222021 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Moisture Content (%): 21.5 Average Height (in): 5.504 Before Shear: After Shear: X Average Diameter (in): 2.727 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.018 Initial Dry Density (pcf): 107.5 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.568 Chamber Pressure (initial) (tsf): 2.44 *Saturation (%): 101.9% Chamber Pressure (final) (tsf): 2.44 Maximum Compressive Stength (TSF): 0.82 v "Strain at Failure (%): 15.0 55' Angular Strain Corrected Stress (TSF) Shear Strength Deflection (in) (%) Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.040 0.7 5.88 9.5 0.12 0.12 0.06 0.080 1.5 5.93 14.1 0.17 0.17 0.09 0.120 2.2 5.97 18.2 0.22 0.22 0.11 0.160 2.9 6.02 22.9 0.28 0.27 0.14 0.200 3.6 6.06 27.2 0.34 0.32 0.16 0.240 4.4 6.11 31.8 0.39 0.37 0.19 0.280 5.1 6.15 35.9 0.44 0.42 0.21 0.320 5.8 6.20 39.8 0.49 0.46 0.23 0.360 6.5 6.25 44.4 0.55 0.51 0.26 0.400 7.3 6.30 48.5 0.60 0.55 0.28 0.440 8.0 6.35 52.5 0.65 0.59 0.30 0.480 8.7 6.40 55.8 0.69 0.63 0.31 0.520 9.5 6.45 58.6 0.72 0.65 0.33 0.560 10.2 6.50 62.2 0.77 0.69 0.34 0.600 10.9 6.56 65.1 0.80 0.71 0.36 0.640 11.6 6.61 67.9 0.84 0.74 0.37 0.680 12.4 6.66 70.1 0.86 0.76 0.38 0.720 13.1 6.72 72.0 0.89 0.77 0.38 0.760 13.8 6.78 74.5 0.92 0.79 0.39 0.800 14.5 6.83 76.8 0.95 0.81 0.40 0.840 15.3 6.89 78.8 0.97 0.82 0.41 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Stress -Strain Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 0.9 0.8 � Y 0.7 1 r 0.6 _A.J F- 0.5 , i r � 0.4 u � u 0.3 _ J .�f 0.2 +' 0.1 �J 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Strain (%) Remarks: 16.0 222021 8/10/2023 18.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222021 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-12 ST-7 (33-35) Material Description: Dark brown clay (CH) Moisture Content (%): 26.9 Average Height (in): 5.504 Before Shear: After Shear: X Average Diameter (in): 2.741 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.008 Initial Dry Density (pcf): 98.1 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.719 Chamber Pressure (initial) (tsf): 2.12 *Saturation (%): 100.8% Chamber Pressure (final) (tsf): 2.12 Maximum Compressive Stength (TSF): 0.97 v "Strain at Failure (%): 15.0 Internal Strain Corrected Stress (TSF) Shear Strength Deflection (in) (%) Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.040 0.7 5.94 24.1 0.29 0.29 0.15 0.080 1.5 5.99 34.3 0.42 0.41 0.21 0.120 2.2 6.03 42.2 0.51 0.50 0.25 0.160 2.9 6.08 48.5 0.59 0.57 0.29 0.200 3.6 6.12 53.9 0.66 0.63 0.32 0.240 4.4 6.17 59.5 0.73 0.69 0.35 0.280 5.1 6.22 64.8 0.79 0.75 0.37 0.320 5.8 6.27 69.4 0.85 0.80 0.40 0.360 6.5 6.31 72.9 0.89 0.83 0.42 0.400 7.3 6.36 75.7 0.92 0.86 0.43 0.440 8.0 6.41 78.8 0.96 0.88 0.44 0.480 8.7 6.46 81.4 0.99 0.91 0.45 0.520 9.5 6.52 83.9 1.02 0.93 0.46 0.560 10.2 6.57 85.4 1.04 0.93 0.47 0.600 10.9 6.62 86.6 1.06 0.94 0.47 0.640 11.6 6.68 88.5 1.08 0.95 0.48 0.680 12.4 6.73 89.9 1.10 0.96 0.48 0.720 13.1 6.79 91.4 1.12 0.97 0.48 0.760 13.8 6.85 92.1 1.12 0.97 0.48 0.800 14.5 6.90 92.7 1.13 0.96 0.48 0.840 15.3 6.96 94.0 1.15 0.97 0.48 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-12 ST-7 (33-35) Material Description: Dark brown clay (CH) Stress -Strain 1.2 1.0 ,rc — 0.8 0.6 ry, a � d u 0.4 r 0.2 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Strain (%) Remarks: 16.0 222021 8/10/2023 18.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222021 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-13 ST-3 (14-16) Material Description: Tan clay with sand (CH) Moisture Content (%): 22.7 Average Height (in): 5.246 Before Shear: After Shear: X Average Diameter (in): 2.684 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.954 Initial Dry Density (pcf): 106.2 Avg Rate of Strain (%/min): 0.95 *Void Ratio (e ): 0.587 Chamber Pressure (initial) (tsf): 0.94 *Saturation (%): 104.2% Chamber Pressure (final) (tsf): 0.94 Maximum Compressive Stength (TSF): 0.47 v "Strain at Failure (%): 15.0 Internal Strain Corrected Stress (TSF) Shear Strength Deflection (in) (%) Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.040 0.8 5.70 5.9 0.08 0.07 0.04 0.080 1.5 5.75 9.6 0.12 0.12 0.06 0.120 2.3 5.79 12.9 0.16 0.16 0.08 0.160 3.1 5.84 15.9 0.20 0.20 0.10 0.200 3.8 5.88 18.6 0.24 0.23 0.11 0.240 4.6 5.93 21.6 0.28 0.26 0.13 0.280 5.3 5.98 24.6 0.31 0.29 0.15 0.320 6.1 6.03 26.9 0.34 0.32 0.16 0.360 6.9 6.08 28.7 0.37 0.34 0.17 0.400 7.6 6.13 30.7 0.39 0.36 0.18 0.440 8.4 6.18 32.9 0.42 0.38 0.19 0.480 9.2 6.23 35.0 0.45 0.40 0.20 0.520 9.9 6.28 36.6 0.47 0.42 0.21 0.560 10.7 6.34 37.6 0.48 0.43 0.21 0.600 11.4 6.39 38.6 0.49 0.43 0.22 0.640 12.2 6.45 39.9 0.51 0.44 0.22 0.680 13.0 6.50 41.3 0.53 0.46 0.23 0.720 13.7 6.56 42.4 0.54 0.46 0.23 0.760 14.5 6.62 42.8 0.55 0.46 0.23 0.800 15.3 6.68 43.5 0.55 0.47 0.23 0.840 16.0 6.74 44.5 0.57 0.47 0.24 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-13 ST-3 (14-16) Material Description: Tan clay with sand (CH) Stress -Strain Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 0.5 0.5 f r r 0.4 r 0.4 Y � / . 0.3 E , a 0.3 a t � 0.2 y i I 0 0.2 / .' 0.1 J*1 or �r 0.1 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 Strain (%) Remarks: 222021 8/10/2023 18.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-14 ST-4 (18-20) Material Description: Brown and gray lean clay with sand Moisture Content (%): 24.0 Average Height (in): 5.502 Before Shear: X After Shear: Average Diameter (in): 2.767 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.988 Initial Dry Density (pcf): 102.7 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.642 *Saturation (%): 100.9% Maximum Unconfined Compressive Stength (qu) (TSF): 1.47 "Strain at Failure (%): 15.0 Internal Strain Corrected Shear Strength (su) Deflection (in) N Area (in2) Load (Ibs) Stress (TSF) (TSF) 0.040 0.7 6.06 38.6 0.46 0.23 0.080 1.5 6.10 50.6 0.61 0.30 0.120 2.2 6.15 57.9 0.69 0.35 0.160 2.9 6.19 64.5 0.77 0.39 0.200 3.6 6.24 70.2 0.84 0.42 0.240 4.4 6.29 75.2 0.90 0.45 0.280 5.1 6.34 79.9 0.96 0.48 0.320 5.8 6.38 84.5 1.01 0.51 0.360 6.5 6.43 89.2 1.07 0.53 0.400 7.3 6.49 93.3 1.12 0.56 0.440 8.0 6.54 96.8 1.16 0.58 0.480 8.7 6.59 100.0 1.20 0.60 0.520 9.5 6.64 103.0 1.23 0.62 0.560 10.2 6.70 106.1 1.27 0.64 0.600 10.9 6.75 109.1 1.31 0.65 0.640 11.6 6.81 111.5 1.33 0.67 0.680 12.4 6.86 113.7 1.36 0.68 0.720 13.1 6.92 116.0 1.39 0.69 0.760 13.8 6.98 118.4 1.42 0.71 0.800 14.5 7.04 120.7 1.44 0.72 0.840 15.3 7.10 122.6 1.47 0.73 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-14 ST-4 (18-20) Material Description: Brown and gray lean clay with sand Stress -Strain 1.6 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney 1.4 1.2 LA 1.0 010.8� a 0.6 o U 0.4 0.2 0.0 0.0 2.0 4.0 Remarks: TEAM Project Number: Date: I 6.0 8.0 10.0 12.0 14.0 16.0 Strain (%) 222004 8/10/2023 18.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222021 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Moisture Content (%): 21.3 Average Height (in): 5.485 Before Shear: After Shear: X Average Diameter (in): 2.765 Entire Specimen: Trimmings: X Height/Diameter Ratio: 1.984 Initial Dry Density (pcf): 104.6 Avg Rate of Strain (%/min): 0.55 *Void Ratio (e ): 0.611 Chamber Pressure (initial) (tsf): 1.69 *Saturation (%): 94.3% Chamber Pressure (final) (tsf): 1.69 Maximum Compressive Stength (TSF): 1.60 v "Strain at Failure (%): 15.0 Internal Strain Corrected Stress (TSF) Shear Strength Deflection (in) N Area (in2) Load (lbs) Uncorrected Corrected" (s„) (TSF) 0.040 0.7 6.05 48.7 0.58 0.58 0.29 0.080 1.5 6.09 61.9 0.74 0.73 0.37 0.120 2.2 6.14 71.8 0.86 0.84 0.42 0.160 2.9 6.19 81.0 0.97 0.94 0.47 0.200 3.6 6.23 89.2 1.07 1.03 0.52 0.240 4.4 6.28 96.4 1.16 1.10 0.55 0.280 5.1 6.33 102.5 1.23 1.17 0.58 0.320 5.8 6.38 109.1 1.31 1.23 0.62 0.340 6.2 6.40 112.1 1.34 1.26 0.63 0.380 6.9 6.45 118.3 1.42 1.32 0.66 0.420 7.7 6.50 123.9 1.49 1.37 0.69 0.460 8.4 6.56 128.3 1.54 1.41 0.70 0.500 9.1 6.61 132.0 1.58 1.44 0.72 0.540 9.8 6.66 135.8 1.63 1.47 0.73 0.580 10.6 6.72 139.5 1.67 1.49 0.75 0.620 11.3 6.77 143.5 1.72 1.52 0.76 0.660 12.0 6.83 146.5 1.76 1.54 0.77 0.700 12.8 6.88 148.9 1.79 1.56 0.78 0.740 13.5 6.94 151.4 1.81 1.57 0.78 0.780 14.2 7.00 154.2 1.85 1.58 0.79 0.820 14.9 7.06 157.4 1.89 1.60 0.80 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **A membrane correction has been applied per ASTM D2850. Thickness=0.012 in. Young's Modulus = 11.56 tsf **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconsolidated-Undrained Triaxial Compression on Cohesive Soils (ASTM D285O) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) 1.8 1.6 1.4 1.2 LL LA H 1.0 a L 0.8 u N u 0.6 0.4 0.2 0.0 0.0 Remarks: 2of2 Stress -Strain i -A� sr i c Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222021 Date: 8/10/2023 2.0 4.0 6.0 8.0 10.0 12.0 14.0 16.0 Strain (%) UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Soils (ASTM D2850) TEAMGeotechnical, environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifier Improvement Date: 8/10/2023 Sample Identification: CDM B-15 ST-5 (23-25) Material Description: Brown lean clay with sand (CL) Moisture Content (%): 22.3 Average Height (in): 5.500 Before Shear: X After Shear: Average Diameter (in): 2.741 Entire Specimen: Trimmings: X Height/Diameter Ratio: 2.006 Initial Dry Density (pcf): 102.1 Avg Rate of Strain (%/min): 0.91 *Void Ratio (e ): 0.651 *Saturation (%): 92.3% Maximum Unconfined Compressive Stength (qu) (TSF): 1.55 "Strain at Failure (%): 15.0 Internal Strain Corrected Shear Strength (su) Deflection (in) N Area (in2) Load (Ibs) Stress (TSF) (TSF) 0.040 0.7 5.95 54.4 0.66 0.33 0.080 1.5 5.99 68.3 0.83 0.42 0.120 2.2 6.03 77.1 0.94 0.47 0.160 2.9 6.08 84.0 1.03 0.51 0.200 3.6 6.13 89.8 1.10 0.55 0.240 4.4 6.17 94.6 1.15 0.58 0.280 5.1 6.22 98.7 1.20 0.60 0.320 5.8 6.27 102.6 1.25 0.63 0.360 6.6 6.32 106.2 1.30 0.65 0.400 7.3 6.37 109.1 1.33 0.67 0.440 8.0 6.42 111.6 1.36 0.68 0.480 8.7 6.47 113.6 1.39 0.69 0.520 9.5 6.52 115.6 1.41 0.70 0.560 10.2 6.57 117.5 1.43 0.72 0.600 10.9 6.63 119.1 1.45 0.73 0.640 11.6 6.68 120.4 1.47 0.73 0.680 12.4 6.74 121.7 1.48 0.74 0.720 13.1 6.79 123.1 1.50 0.75 0.760 13.8 6.85 124.5 1.52 0.76 0.800 14.6 6.91 125.9 1.54 0.77 0.840 15.3 6.97 127.0 1.55 0.77 Remarks: *A specific gravity of 2.70 is assumed for the calculation of these values. **No decrease in stress to 15% strain. Performed By: D. Bush Reviewed By: J. Williamson I of 2 Unconfined Compressive Strength of Cohesive Soil (ASTM D2166) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: CDM B-15 ST-5 (23-25) Material Description: Brown lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 8/10/2023 Stress -Strain 1.8 1.6 1.4 l� f\�► i� " 1.2 C�_ F- 1 kA 1.0 •17s L � T N 0.8Or �• u N L (. L u 0.6 0.4 0.2 0.0 0.0 2.0 4.0 6.0 8.0 10.0 12.0 14.0 Strain (%) Remarks: 16.0 18.0 2 of 2 UnconsolidatEd-UndrainEd Triaxial Compression on Cohesive Solis (ASTM D2850) Alpine Engineering Services, LLC -&>\�\ 105 Tradesmen Drive, Suite B ^1 Hydraulic Conductivity Hutto, TX 78634 �NE Y YTel: (512) 387-1287 EL (ASTM D5084, Method F) Client: Team Consultants, Inc. Alpine Project No.: 2308280 Project Name: Village Creek Clarifier Improvement Test Date: 08/21/23 (PN: 222004) Tested By: T.V. Sample ID: B-7 (ST-6) (23-25 ft) Method of Preparation: Shelby tube Hvdraulic Conductivitv vs. Time 1.E-05 u 1.E-06 - - 3-471-__=n ro LE-07 c 0 U - 1.E-08 x L E-09 0 5 n Time (minute) (a) As -Received (b) Testng Specimen I 10 Note: The B-value of 0.97 was achieved for the intact specimen. The effective confining pressure was 25 psi per test request. Permeation measurements were made with a mercury U-tube. Testing Properties (Initial Wet Weight (g) 380.3 IAvg. Specimen Height (in) 1.92 IAvg. Specimen Diameter (in) 2.76 ICrosssectional Area (in) 5.94 IVolume of Specimen (cc) 187.2 (Initial Water Content (%) 23.8 (Total Unit Weight (pcf) 126.2 (Initial Dry Unit Weight (pcf) 101.9 Specific Gravity, Gs (assumed) 2.68 Innitial Degree of Saturation (%) 99.5 (Initial Void Ratio, e o 0.64 (Initial Porosity 0.39 15 11 Pore Volume (cc) 73.6 Hydraulic Conductivity Time k at 20 °C (min) (cm/sec) 1 5.3E-07 2 6.1E-07 3 4.7E-07 4 4.4E-07 5 4.9E-07 7 4.6E-07 9 4.2E-07 12 4.3E-07 Avg. I& (cm/sec) 4.5E-07 (t) Average corrected hydraulic conductivity, k2o is obtained from the last 4 average readings. Cheng-Wei Chen, Ph.D. 08/22/23 Reviewed By / Date The testing was performed in accordance with applicable industry standard. The results provided in this report do not constitute a professional opinion by Alpine Engineering Services, LLC (Alpine). This report may be used only by the Client and the registered design professional in charge. Alpine Engineering Services, LLC -&>\�\ 105 Tradesmen Drive, Suite B ^1 Hydraulic Conductivity Hutto, TX 78634 �NE Y YTel: (512) 387-1287 EL (ASTM D5084, Method F) Client: Team Consultants, Inc. Alpine Project No.: 2308280 Project Name: Village Creek Clarifier Improvement Test Date: 08/21/23 (PN: 222004) Tested By: T.V. Sample ID: B-7 (ST-9) (38-40 ft) Method of Preparation: Shelby tube Hvdraulic Conductivitv vs. Time 1.E-05 1.E-06 u I rc 1.E-07 ------ L_J V 4 E 1.E-08 j I x 1. E-09 0 10 20 30 40 Time (minute) (a) As -Received (b) Testng Specimen 50 60 Note: The B-value of 0.97 was achieved for the intact specimen. The effective confining pressure was 40 psi per test request. Permeation measurements were made with a mercury U-tube. Testing Properties IInitial Wet Weight (g) 395.4 IAvg. Specimen Height (in) 1.94 IAvg. Specimen Diameter (in) 2.77 ICrosssectional Area (in) 6.02 IVolume of Specimen (cc) 191.1 (Initial Water Content (%) 21.7 (Total Unit Weight (pcf) 129.3 (Initial Dry Unit Weight (pcf) 106.3 Specific Gravity, Gs (assumed) 2.72 Innitial Degree of Saturation (%) 98.7 (Initial Void Ratio, e o 0.60 (Initial Porosity 0.37 1 Pore Volume (cc) 71.4 Hydraulic Conductivity Time k at 20 °C (min) (cm/sec) 3 7.6E-08 11 9.2E-08 22 7.0E-08 29 6.4E-08 36 5.8E-08 45 6.2E-08 51 6.6E-08 56 6.3E-08 Avg. I& (cm/sec) 6.2E-08 (t) Average corrected hydraulic conductivity, k2o is obtained from the last 4 average readings. Cheng-Wei Chen, Ph.D. 08/22/23 Reviewed By / Date The testing was performed in accordance with applicable industry standard. The results provided in this report do not constitute a professional opinion by Alpine Engineering Services, LLC (Alpine). This report may be used only by the Client and the registered design professional in charge. Alpine Engineering Services, LLC -&>\�\ 105 Tradesmen Drive, Suite B ^1 Hydraulic Conductivity Hutto, TX 78634 �NE Y YTel: (512) 387-1287 EL (ASTM D5084, Method F) Client: Team Consultants, Inc. Alpine Project No.: 2308280 Project Name: Village Creek Clarifier Improvement Test Date: 08/21/23 (PN: 222004) Tested By: T.V. Sample ID: B-11 (ST-4) (18-20 ft) Method of Preparation: Shelby tube Hvdraulic Conductivitv vs. Time 1.E-05 0 1.E-08 x 1.E-09 I I I I 0 5 10 Time (minute) (a) As -Received (b) Testng Specimen 15 20 Note: The B-value of 0.98 was achieved for the intact specimen. The effective confining pressure was 20 psi per test request. Permeation measurements were made with a mercury U-tube. Testing Properties IInitial Wet Weight (g) 391.8 IAvg. Specimen Height (in) 1.95 IAvg. Specimen Diameter (in) 2.78 ICrosssectional Area (in) 6.12 IVolume of Specimen (cc) 195.3 (Initial Water Content (%) 25.4 (Total Unit Weight (pcf) 125.2 (Initial Dry Unit Weight (pcf) 99.8 Specific Gravity, Gs (assumed) 2.72 Innitial Degree of Saturation (%) 98.5 (Initial Void Ratio, e o 0.70 (Initial Porosity 0.41 1 Pore Volume (cc) 80.5 Hydraulic Conductivity Time k at 20 °C (min) (cm/sec) 1 4.1E-07 2 3.9E-07 3 3.6E-07 4 3.2E-07 6 3.0E-07 9 2.7E-07 12 2.9E-07 16 2.8E-07 Avg. I& (cm/sec) 2.9E-07 (t) Average corrected hydraulic conductivity, k2o is obtained from the last 4 average readings. Cheng-Wei Chen, Ph.D. 08/22/23 Reviewed By / Date The testing was performed in accordance with applicable industry standard. The results provided in this report do not constitute a professional opinion by Alpine Engineering Services, LLC (Alpine). This report may be used only by the Client and the registered design professional in charge. SUMMARY OF SOIL FREE SWELL TEST RESULTS ASTM D-4546 (Method B) Initial Sample Conditions Final Sample Conditions 4 m .-. m o ao E�' co o a) z o o o o ) M v ) vm)0) L u M �/ - ^ v^ a) Om U � ai �_ 0co O i O L Q O 0 � 0 U Q B-9 ST-3 14-16 0.500 24.8 101.1 0.698 97.7 --- --- --- --- 0.4118 0.4125 0.2 -0.14 Non-Saturdated 0.500 24.8 101.1 0.698 97.7 --- --- --- --- 0.4125 0.4185 1.0 -1.20 0.500 24.8 101.1 0.698 97.7 --- --- --- --- 0.4185 0.4203 2.0 -0.36 0.500 24.8 101.1 0.698 97.7 --- --- --- --- 0.4203 0.4237 3.0 -0.68 0.500 24.8 101.1 0.698 97.7 --- --- --- --- 0.4237 0.4259 4.0 -0.44 0.500 24.8 101.1 0.698 97.7 --- --- --- --- 0.4259 0.4287 5.0 -0.56 Total Collapse (not Inudated): -3.38 B-9 ST-1 14-16 0.500 24.8 101.1 0.698 97.7 25.5 101.1 0.698 1100.4 0.4287 10.4235 1 I 5 1.04 Saturated Swell (Inudated) 1.04 * Void Ratio and Saturation values are calculated with an assumed Specific Gravity of 2.70. TEAM Consultants, Inc. �F TEXAS DEPARTMENT OF TRANSPORTATION �� Determininq Stabilization Abilitv of Lime by Soil PH Tex-121-E Part III Refresh Workbook File Version: 03/09/15 10:25:46 SAMPLE ID: 222004 SAMPLED DATE: TEST NUMBER: LETTING DATE: SAMPLE STATUS: CONTROLLING CSJ: COUNTY: SPEC YEAR: SAMPLED BY: SPEC ITEM: SAMPLE LOCATION: B-13 (0-10) SPECIAL PROVISION: MATERIAL CODE: GRADE: MATERIAL NAME: Dark brown clay PRODUCER: AREA ENGINEER: `I COURSE\LIFT:I I Series 1 2 3 4 5 6 7 8 14.00 13.00 PROJECT MANAGER:1 STATION) I DIST. FROM CL:1 Soil = 30 grams % Lime by Lime Weight P H Weight (g) 0 0.00 7.50 2 0.60 12.16 4 1.20 12.28 6 1.80 12.32 8 2.40 12.40 10 3.00 12.40 Recommended Lime, %: I 8.0 pH versus Percent Lime 12.00 11.00 / Q 10.00 / 9.00 / 8.00 7.00 6.00 . . I . . 0 5 10 % Lime Remarks: Test Method: Tested By: ITX121P3 jJeremy Williamson Test Stamp Code: Locked By: TxDOT: District Authorized By: Tested Date: 108/18/23 1 Omit Test: Completed Date: Reviewed By: Area: Authorized Date pH Lime Series 1 of 1 8/31/2023 TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Specific Gravity: 2.700 Liquid Limit: 24 Plastic Limit: 17 Percent Passing No. 200: N/A 0.590 0.570 0.550 0.530 0.510 0.490 0.470 0., 0.450 ~ 0.430 0.1 1 10 100 Axial Effective Stress (TSF) Initial Final Preconsolidation Pressure (PJ (TSF): 0.9 Moisture Content (%): 24.46% 15.94% Compression Index (Cc): Saturation (%): 98.5% 100.9% Swell Index (Cs): Void Ratio (e): 0.5929 0.4581 Recompression Index (CR): Dry Density NJ (PCF): 105.8 N/A Remarks: *Assume 2.70 specific gravity Performed By: J. Williamson Reviewed By: J. Williamson One -Dimensional Consolidation (ASTM 132435, Method B) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Specific Gravity: 2.700 Liquid Limit: 24 Plastic Limit: 17 Percent Passing No. 200: N/A Net Change Time Increment Dial Reading Correction in Height Height of Voids CV Pressure (TSF) Effective (min) (10' in) (10' in) (AH) (10-0 in) (Hv) (10-0 in) Void Ratio (e) (10-0 cm2/sec) 0.1 Zero Point 2000 2000 0 1864.7 0.5929 N/A 0.25 Initial Load 2001 2001 0 1864.7 0.5929 N/A 0.25 1363 2001 2001 0 1864.7 0.5929 N/A 0.5 1435 2058.8 2007 -51.8 1812.9 0.5764 6.93 1 1450 2147.2 2018 -129.2 1735.5 0.5518 6.56 2 1440 2240 2027 -213 1651.7 0.5251 5.91 4 1440 2349.5 2038 -311.5 1553.2 0.4938 21.77 8 1440 2464 2053 -411 1453.7 0.4550 16.34 4 1410 2460 2044 -416 1448.7 0.4570 N/A 1 1475 2395.5 2026 -369.5 1495.2 0.4754 N/A 2 1435 2419 2031 -388 1476.7 0.4695 13.38 4 4340 2466.8 2040 -426.8 1437.9 0.4590 11.19 8 1420 2524.2 2055 -469.2 1395.5 0.4500 5.54 16 1440 2571.7 2076 -495.7 1369.0 0.4353 12.05 4 1440 2540 2054 -486 1378.7 0.4383 N/A 1 1440 2500 2033 -467 1397.7 0.4444 N/A 0.25 2220 2448 2024 -424 1440.7 0.4581 N/A 0.60 0.58 0.56 0.54 0.52 �. 0.50 _..� m ` 0.48 r > 0.46 - - •-f I I 0.44 0.42 0.40 1 10 100 Coefficient of Consolidation (Cv) (10-4 cm2/sec) Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) 2010 2015 2020 _ 2025 a 2030 0 2035 2040 m 2045 �a 2050 2055 2060 2065 0.01 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney X` 0.1 1 10 Time (min) TEAM Project Number: Date: 100 1000 222004 8/28/2023 Coefficient of Consolidation (CV) (cm2/sec): 6.93 x 10-4 Load (TSF): 0.5 Thickness (in): 0.501 d50 (inches): 0.20315 Remarks: t50 (minutes): 1.9 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2090 2100 2110 a o � = 2120 �a. R _R 2130 2140 ►�t 2150 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 6.56 x 10-4 Load (TSF): 1 Thickness (in): d50 (inches): 0.21149 Remarks: t50 (minutes): 1.95 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 8/28/2023 2170 2180 x R 2190 * 2200 o � r \ = 2210 R 2220 ►. 2230 2240 2250 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 5.91 x 10-4 Load (TSF): 2 Thickness (in): 0.501 d50 (inches): 0.21975 Remarks: t50 (minutes): 2.1 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2260 2270 2280 -- 2290 c 2300 \ �' = 2310 M 2320 R ti� p 2330 2340 2350 2360 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 21.77 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.22925 Remarks: t50 (minutes): 0.55 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) 2370 2380 2390 -- 2400 a c 2410 r = 2420 �a R 2430 R p 2440 2450 2460 2470 0.01 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney 0.1 1 10 100 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 16.34 x 10-4 Load (TSF) d50 (inches): 0.24155 Remarks: t50 (minutes): 0.7 8 TEAM Project Number: Date: 222004 8/28/2023 1000 10000 Thickness (in): 0.501 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 8/28/2023 2400 2402 2404 -- 2406 c 2408 \ = 2410 2412 2416 2418 2420 I �� 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 13.4 x 10-4 Load (TSF): 2 Thickness (in): 0.501 d50 (inches): 0.24076 Remarks: t50 (minutes): 0.85 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2430 2435 2440 � rw, c 2445 r \ = 2450 \ =a \ R m \ 2455 Ta � 0 2460 2465 2470 r-� 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 11.2 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.24450 Remarks: t50 (minutes): 1 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2460 2470 - �\ 2480 a o � 2490 2500 0 2510 2520 2530 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 5.5 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.24910 Remarks: t50 (minutes): 2 222004 8/28/2023 0.501 10000 TEAM Consultants Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: 13-10 ST-8 (38-40) Material Description: Brown sandy lean clay (CL) 2550 2560 c \ I � \ I _ �\1 R R 2570 G 2580 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 12.05 x 10-4 Load (TSF): 16 Thickness (in): 0.501 d50 (inches): 0.25600 Remarks: t50 (minutes): 0.9 TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Specific Gravity: 2.700 Liquid Limit: 57 Plastic Limit: 22 Percent Passing No. 200: N/A 0.860 0.840 ` 0.820 0.800 0.780 0.760 ` u 0.740 O 0.720 `� 4 0.700 �. 0.680 w \ 0.660 0.640 0.620 0.600 0.580 0.560 0.540 0.1 1 10 100 Axial Effective Stress (TSF) Initial Final Preconsolidation Pressure (PJ (TSF): 1.2 Moisture Content (%): 22.94% 22.70% Compression Index (Cc): Saturation (%): 74.8% 90.5% Swell Index (Cs): Void Ratio (e): 0.8278 0.6790 Recompression Index (CR): Dry Density NJ (PCF): 92.2 N/A Remarks: *Assume 2.70 specific gravity Performed By: J. Williamson Reviewed By: J. Williamson One -Dimensional Consolidation (ASTM 132435, Method B) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Specific Gravity: 2.700 Liquid Limit: 57 Plastic Limit: 22 Percent Passing No. 200: N/A Net Change Time Increment Dial Reading Correction in Height Height of Voids CV Pressure (TSF) Effective (min) (10' in) (10' in) (AH) (10-0 in) (Hv) (10-0 in) Void Ratio (e) (10-0 cm2/sec) 0.1 Zero Point 2000 2000 0 2269.0 0.8278 N/A 0.25 Initial Load 2001 2001 0 2269.0 0.8278 N/A 0.25 1440 2008 2001 -7 2262.0 0.8252 N/A 0.5 1435 2055.8 2007 -48.8 2220.2 0.8100 8.24 1 1450 2120 2018 -102 2167.0 0.7906 7.62 2 1440 2214.5 2027 -187.5 2081.5 0.7594 6.29 4 1440 2349.2 2038 -311.2 1957.8 0.7143 6.28 8 1440 2527.8 2053 -474.8 1794.2 0.6546 4.55 4 1410 2500 2044 -456 1813.0 0.6614 N/A 1 1475 2425 2026 -399 1870.0 0.6822 N/A 2 1435 2448.5 2031 -417.5 1851.5 0.6755 12.34 4 4340 2491.8 2040 -451.8 1817.2 0.6650 7.37 8 1420 2563.7 2055 -508.7 1760.3 0.6422 16.84 16 1440 2752.5 2076 -676.5 1592.5 0.5810 3.73 4 1440 2680 2054 -626 1643.0 0.5994 N/A 1 1440 2550.7 2033 -517.7 1751.3 0.6389 N/A 0.25 2220 2431.9 2024 -407.9 1861.1 0.6790 N/A 0.85 0.80 0.75 0.700.65 ) Tr41 __ ru 0.60 o 0.55 0.50 0.45 0.40 1 10 Coefficient of Consolidation (Cv) (10-4 cm2/sec) 100 Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2010 2015 2020 w -- 2025 a c 2030 r = 2035 \`X 2040 p 2045 2050 2055 2060 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 8.24 x 10-4 Load (TSF): 0.5 Thickness (in): d50 (inches): 0.20273 Remarks: t50 (minutes): 1.6 222004 8/28/2023 0.501 10000 TEAM Consultants Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) 2060 2070 .-. 2080 WIN -WIN o � 2090 c � -a � 2100 0 2110 - 2120 2130 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 7.62 x 10-4 Load (TSF): 1 Thickness (in): 0.501 d50 (inches): 0.20830 Remarks: t50 (minutes): 1.7 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2130 2140 2150 = 2160 0 2170 2180 m � R 2190 G 2200 '°►,sue 2210 2220 �II � 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 6.29 x 10-4 Load (TSF): 2 Thickness (in): d50 (inches): 0.21630 Remarks: t50 (minutes): 2 222004 8/28/2023 0.501 I 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2220 2240 2260 o � 2280 Il N c 2300 0 2320 ► �� 2340 2360 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 6.28 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.23002 Remarks: t50 (minutes): 1.9 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2360 2380 2400 2420 o � 2440 c 2460 m R 2480 G 2500 2520 2540 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 4.55 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.24300 Remarks: t50 (minutes): 2.5 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) 2430 2432 +ar` 2434 = 2436 c 2438 = 2440 �a R 2442 R p 2444 2446 2448 2450 0.01 0.1 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney 1 10 Time (min) TEAM Project Number: Date: 100 1000 222004 8/28/2023 Coefficient of Consolidation (CV) (cm2/sec): 12.3 x 10-4 Load (TSF): 2 Thickness (in): 0.501 d50 (inches): 0.24370 Remarks: t50 (minutes): 0.91 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: 222004 Date: 8/28/2023 2455 2460 2465 c 2470 r \ = 2475 \� =a \ R 2480 0 `Nk, 2485 2490 2495 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 7.4 x 10' Load (TSF): 4 Thickness (in): 0.501 d50 (inches): 0.24725 Remarks: t50 (minutes): 1.5 TEAM Consultants Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project: Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) 2500 �1. 2510 2520 o 2530 c �a 2540 -� 0 2550 wc� 2560� 2570 0.01 0.1 1 10 100 1000 10000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 16.8 x 10-4 Load (TSF): 8 Thickness (in): 0.501 d50 (inches): 0.25180 Remarks: t50 (minutes): 0.65 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-12 ST-4 (18-20) Material Description: Dark brown fat clay (CH) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2560 2580 2600 2620 a 2640 r 2660 1� c 2680 2700 s 2720 2740 ►.`ems 2760 2780 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 3.73 x 10-4 Load (TSF): 16 Thickness (in): d50 (inches): 0.26455 Remarks: t50 (minutes): 2.8 222004 8/28/2023 0.501 10000 TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Specific Gravity: 2.700 Liquid Limit: 41 Plastic Limit: 18 Percent Passing No. 200: N/A 0.600 0.550 p 0.500 > \ 0.450 N 0.400 0.1 1 10 100 Axial Effective Stress (TSF) Initial Final Preconsolidation Pressure (PJ (TSF): 1.8 Moisture Content (%): 21.06% 16.12% Compression Index (Cc): Saturation (%): 94.0% 93.3% Swell Index (Cs): Void Ratio (e): 0.6051 0.4862 Recompression Index (CR): Dry Density NJ (PCF): 105.0 N/A Remarks: *Assume 2.70 specific gravity Performed By: J. Williamson Reviewed By: J. Williamson One -Dimensional Consolidation (ASTM 132435, Method B) TEAMGeotechnical, Environmental, Construction Materials Testing Consultants Dallas / Arlington / McKinney Client: CDM Smith TEAM Project Number: 222004 Project Village Creek Primary Clarifier Improvement Date: 8/28/2023 Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Specific Gravity: 2.700 Liquid Limit: 41 Plastic Limit: 18 Percent Passing No. 200: N/A Net Change Time Increment Dial Reading Correction in Height Height of Voids CV Pressure (TSF) Effective (min) (10-4 in) (10' in) (AH) (10-0 in) (Hv) (10-0 in) Void Ratio (e) (10-0 cm2/sec) 0.1 Zero Point 2000 2000 0 1888.7 0.6051 N/A 0.125 Initial Load 2001 2001 0 1888.7 0.6051 N/A 0.125 1440 2003 2001 -2 1886.7 0.6045 N/A 0.5 1435 2104.2 2007 -97.2 1791.5 0.5740 8.10 1 1450 2166.2 2018 -148.2 1740.5 0.5576 5.29 2 1440 2251 2027 -224 1664.7 0.5333 6.86 4 1440 2347.5 2038 -309.5 1579.2 0.5059 5.97 8 1440 2480.2 2053 -427.2 1461.5 0.4682 5.74 4 1410 2466 2044 -422 1466.7 0.4699 N/A 1 1475 2390 2026 -364 1524.7 0.4885 N/A 2 1435 2413.5 2031 -382.5 1506.2 0.4826 12.00 4 4340 2443.5 2040 -403.5 1485.2 0.4758 8.05 8 1420 2505 2055 -450 1438.7 0.4609 7.60 16 1440 2649 2076 -573 1315.7 0.4215 3.08 4 1440 2622 2054 -568 1320.7 0.4231 N/A 1 1440 2535.2 2033 -502.2 1386.5 0.4442 N/A 0.25 2220 2395 2024 -371 1517.7 0.4862 N/A 0.60 0.58 0.56 0.54 0.52 0.50 m 0.48 .O > 0.46 0.44 0.42 0.40 1 1. .l 7 Je- v ►V 10 Coefficient of Consolidation (Cv) (10-4 cm2/sec) 100 Performed By: J. Young Reviewed By: J. Hutt One -Dimensional Consolidation (ASTM D2435, Method B) TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2040 2050-� 2060 ~ o 2070 c �a 2080 _R G 2090 2100 2110 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 8.10 x 10-4 Load (TSF): 0.5 Thickness (in): d50 (inches): 0.20700 Remarks: t50 (minutes): 1.6 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2110 2120 �* a 2130 0 2140 R R 2150 G 2160 2170 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 5.29 x 10-4 Load (TSF): 1 Thickness (in): d50 (inches): 0.21335 Remarks: t50 (minutes): 2.4 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2170 2180 *, 2190 = 2200 a o � 2210 2220 ' 4, m _R 2230 2240 2250 2260 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 6.86 x 10-4 Load (TSF): 2 Thickness (in): d50 (inches): 0.22065 Remarks: t50 (minutes): 1.8 222004 8/28/2023 0.501 I 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2260 2270 K 2280 �� w -- 2290 f c 2300 2310 2320 ` p 2330 2340 2350 2360 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 5.97 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.23000 Remarks: t50 (minutes): 2 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) 2340 2360 2380 c 2400 1 r \ = 2420 �a R 2440 2460 2480 2500 0.01 Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney 0.1 1 10 100 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 5.74 x 10-4 Load (TSF) d50 (inches): 0.24085 Remarks: t50 (minutes): 2 8 TEAM Project Number: Date: 222004 8/28/2023 1000 10000 Thickness (in): 0.501 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2394 2396 2398 2400 a 2402 0 r � 2404 ` 2406 m � 2408 2410 ~� 2412 2414 2416 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 12.0 x 10-4 Load (TSF): 2 Thickness (in): d50 (inches): 0.24022 Remarks: t50 (minutes): 0.95 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2410 2415 2420 ~ o 2425 1� c 2430 l� 0 2435 2440 2445 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 8.1 x 10-4 Load (TSF): 4 Thickness (in): d50 (inches): 0.24268 Remarks: t50 (minutes): 1.4 222004 8/28/2023 s 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2450 I 2460 2470 o N. r \ 2480 =a M 4 _R 2490 r_ 2500 2510 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 7.6 x 10-4 Load (TSF): 8 Thickness (in): d50 (inches): 0.24708 Remarks: t50 (minutes): 1.47 222004 8/28/2023 0.501 10000 TEAM Consultants Client: CDM Smith Project: Village Creek Primary Clarifier Improvement Sample Identification: B-14 ST-6 (28-30) Material Description: Brown and gray lean clay with sand (CL) Geotechnical, Environmental, Construction Materials Testing Dallas / Arlington / McKinney TEAM Project Number: Date: 2520 2540 a 1 2560 o � 2580 �a 2600 R 1� G 2620 2640 2 660 0.01 0.1 1 10 100 1000 Time (min) Coefficient of Consolidation (CV) (cm2/sec): 3.08 x 10-4 Load (TSF): 16 Thickness (in): d50 (inches): 0.25740 Remarks: t50 (minutes): 3.5 222004 8/28/2023 0.501 10000 Order ID:23080314 Date: 8/24/2023 Page 1 of 7 Thursday, August 24, 2023 Team Consultants, Inc Jeremy Williamson 3101 Pleasant Valley Lane, Ste. 101 Arlington, TX 76015 Tel: (817) 600-5508 Fax: Re: Project Name: Village Creek Clarifier Project Number: 222004 SPL Inc received 1 solid sample(s). The analysis performed were as follows: Sample Sample ID Matrix Collected Analysis 23080314-001 B-13 (ST-4) 18.0 - 20.0' Solid 8/8/2023 08:00 Chloride, Solid, Dry Weight, pH, Sulfate, Solid To the best of my knowledge, all problems/ anomalies, observed by the laboratory as having the potential to affect the quality of the data, have been identified via associated flags and/or in the case narrative. The analyses and data met requirements of NELAP except where noted. All non-NELAP methods are identified accordingly and all estimated uncertainties of test results are within method or EPA specifications. Respectfully submitted, t� Chad Cooper Laboratory Manager Southern Petroleum Laboratories, Inc. • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 C� Team Consultants, Inc Jeremy Williamson Analytical Report Project Name: Village Creek Clarifier Customer Sample ID SPL Sample ID Sample Received Parameter General Chemistry Chloride % Solids pH Sulfate B-13 (ST-4) 18.0 - 20.0- 23080314-001 8/11 /2023 MQL SQL Result Matrix: Solid Sample Collected: 8/8/2023 08:00 Units Date Analyzed Method Analyst 10 11.9 15.5 mg/Kg 08/15/23 00:08 9056 W.S. 0.1 0.1 83.8 % 08/14/23 15:34 Dry Weight T.R. 0.1 0.1 7.3 pH Units 08/18/23 08:30 9045 B.F. 10 11.9 85.3 mg/Kg 08/15/23 00:08 9056 W.S. Order ID:23080314 Date: 8/24/2023 Page 2 of 7 Flags S-12,S-14 Southern Petroleum Laboratories, Inc. • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 +` Order ID: 23080314 Date:8/24/2023 Page 3 of 7 Team Consultants, Inc Jeremy Williamson Sample Cross Reference Project Name: Village Creek Clarifier Customer ID: Lab ID: Test Method QCBatchlD: B-13 (ST-4) 18.0 - 20.0' 23080314-001 Dry Weight Dry Weight DW07843_S Sulfate, Solid 9056 IC 01727 S Chloride, Solid 9056 IC 01727 S pH 9045 PH10727_S Southern Petroleum Laboratories, Inc. • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 Team Consultants, Inc Jeremy Williamson QC Summary Project Name: Village Creek Clarifier QC Type Parameter QCBatchlD DW_07843_S Replicate % Solids QCBatchlD IC 01727 S Blank Chloride Sulfate LCS Chloride Sulfate LCSD Chloride Sulfate MS Chloride Sulfate MSD Chloride Sulfate QCBatchlD PH_10727_S LCS pH LCSD pH Replicate pH Reference Result Value Spike Conc Rec 47.7 % 48.4 % ND mg/Kg ND mg/Kg 3.2 mg/Kg 15.3 mg/Kg 3.3 mg/Kg 15.3 mg/Kg 3.5 mg/Kg 0.7 mg/Kg 14.8 mg/Kg ND 3.5 mg/Kg 0.7 mg/Kg 14.8 mg/Kg ND Order ID:23080314 Date: 8/24/2023 Page 4 of 7 Rec RPD Limits RPD Limits Flags 1.6% 0-20% 3 mg/Kg 105% 90-110% 15 mg/Kg 102% 90-110% 3 mg/Kg 109% 90-110% 15 mg/Kg 102% 90-110% 3 mg/Kg 94% 80-120% 15 mg/Kg 99% 80-120% 3 mg/Kg 94% 80-120% 15 mg/Kg 99% 80-120% 7.0 pH Units 7 pH Units 7.0 pH Units 7 pH Units 8.9 pH Units 8.8 pH Units 100% 98-102% 101 % 98-102% 2.5% 0-20% 0.2% 0-20% 0.6% 0-20% 0.1 % 0-20% 0.6% 0-10% 0.9% 0-10% Southern Petroleum Laboratories, Inc. • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 +` Order ID: 23080314 Date:8/24/2023 Page 5 of 7 Team Consultants, Inc Jeremy Williamson Case Narrative Project Name: Village Creek Clarifier S-12 Sample should be analyzed as soon as possible and preferably at the time of collection. S-14 Reported @ 25.0 °C ppm Parts per million = mg/Kg or mg/L ppb Parts per billion = ug/Kg or ug/L MQL Method quantitation limit SDL Sample detection limit (reflects any laboratory adjustments made to the sample during analysis such as dry weight or dilutions) SQL Sample quantitation limit (reflects any laboratory adjustments made to the sample during analysis such as dry weight or dilution ND Analyte not detected at or above SQL LCS/LCSD Laboratory control spike / Laboratory control spike duplicate MS/MSD Matrix spike / Matrix spike duplicate RPD Relative percent difference Sub Analysis performed by subcontract laboratory Solid samples submitted to the laboratory for analysis by SW-846 Method 8260 should be collected by SW-846 Method 5035. Those samples in which concentrations are less than or equal to 200 ug/kg should be collected in accordance with SW-846 Method 5035, Section 6.2.1. For samples with higher concentrations (> 200 ug/kg), collect samples by SW-846 Method 5035, Section 6.2.2 or 6.2.3. Sample results may not accurately reflect volatile concentrations if collection is not performed according to the referenced methodologies. Solid samples submitted to the laboratory for analysis by TNRCC Method 1005 should be collected in accordance to the methodology. Those samples in which concentrations of C6 to C12 are known to be absent, or fall under the Petroleum Storage Tank (PST) rule, may be collected in bulk sample jars in accordance with TNRCC Method 1005, Revision 3 clarifications. For samples with concentrations of C6 to C12, or where knowledge of the site does not exist, collect samples by TNRCC Method 1005, Section 6.1. Sample results may not accurately reflect TPH concentrations if collection is not performed according to the referenced methodologies. Solid sample results reported on a dry weight basis for all applicable analysis, unless otherwise noted. Dry weight calculations based upon % solids obtained as outlined in EPA method 5035 section 7.5. This report is intended only for the use of Team Consultants, Inc and may contain information that is privileged and confidential. It may not be reproduced in full (or in part) without the expressed written permission of Team Consultants, Inc and Southern Petroleum Laboratories, Inc. Southern Petroleum Laboratories, Inc. certifies to the best of its knowledge that all results contained in this report are consistent with the National Environmental Laboratory Accreditation Program, except where otherwise noted. Southern Petroleum Laboratories, Inc. • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 C� Team Consultants, Inc Jeremy Williamson Sample Preservation Verification Project Name: Village Creek Clarifier Receipt temp: 26.6 °C Ambient Receipt method: Client Custody seal intact: Not Present Customer Sample ID: B-13 (ST-4) 18.0 - 20.0' SPL Sample ID: 23080314-001 Collected: 08/08/23 08:00 Bottle Tvoe Count Collection Method Plastic Bag 1 Order ID:23080314 Date: 8/24/2023 Page 6 of 7 All samples / labels received intact: Yes Collected By: Collector Affiliation: Matrix: Solid Indicated / Observed Parts / Interval Preservation DH None Sample conditions at time of receipt at laboratory verified in part or in whole by: A.H. Southern Petroleum Laboratories, Inc. • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 Order ID:23080314 Date: 8/24/2023 Page 7 of 7 Documentation PROJECT DESCRIPTION: Building 311 Remediation a14y �P-SPL Nen.nN� Send Regp7 To Company eme TEAM Consultants, Inc. Address 3101 Pleasant Valley Lane, Ste. 101 City ;Zip Arlington (State TX 78015 Contact Name Jeremy Williamson Contact Email J W llllamson®rteemconsuhems.rret Phone iFax 817-600-5508 ( Sand invoice To iOnly If Diliarem from above) Company Name TEAM Consultants, Inc. Address 4087 Shillmg Way city Ste% Dallas TX (Zip 75237 Contact Neme Kathy Whitley Phone 214-331-4395 (Fax 214-331-4456 SPL Ord:'r��ID Customer Sample ID B-13 (ST-4) 18.0-20.0' z 3 4 5 6 7 6 9 18 11 12 13 14 15 Chain of 1825 East Piano Parkway Custody160 Record TX 7 074 Piano, TX 75074 P: (972) 424-6422 environ mantal. mstomerserviceCSPL-inc.com Page 1 of 1 ( Iniom,etlai Tum Around Time then 2 Deys be is" ue ed (Lase 7-10 Days RUSH C 5.7 On7 must vended with 3.4 Days 2 DM ASAP Project Name Bulling 311 Remediation Project Location Project p PO e 26052t 222021 Sampler Neme Sampler Company Sampler Signature Mertz Codes Special Instructions' L- Liquid S - Solid EPA 9056 W-Wioea A -Air Preseveeon Codes 1-Nona 4 - HCI 2-HNO3 5-NaOH 'Please confirm condlbonal requests prior to eddltional analysis 3-hither 6-ke Requested «i alYsis 7-Other Container Codes P - Plastic G - Glass >a O - Other E Sample Info Date 4g. NI( p Time M d O u = UP yo G rj Wx- S 1 ✓✓✓ ✓ R,Mqulered by A7111eton Date Tans tit( RewlvW by Alfiratlsn Date MTh. X S,,c wvvt ,v-.r i", heinqulehsd by JtLA4 ln A6Yelb 1 I nor. Dab Li. by AMIM.n Data Th. X RNhquINM by X Alalatlon Ll X X VC1 `'-'r`�/A J�U ?krdld T( 092222-Rev. So of eamplea epllfroe eooeptenoe of SPsanearld nd - ('�/ SPL annot eooeplvart -1Change, to this doasrem. Please fax or email w4den modifice Jimto '1n._7emp at Redoq�Qti{Q'C Southern Petroleum Laboratories, Inc. e 1825 E. Plano Parkway #160 a Plano, TX 75074 a Tel: (972) 424-6422 a NELAP# T104704227 TEAM Consultants, Inc. Geotechnical, Environmental, Construction Materials Testing March 21, 2024 TEAM Project No. 222004 Report No. 3 CDM Smith 12400 Coit Road, Suite 400 Dallas, Texas 75251 Attn: Mr. Jeffrey Van Pelt, P.E. Re: Geotechnical Laboratory Testing Services Village Creek Primary Clarifiers Improvements Village Creek Water Reclamation Facility Dear Mr. Van Pelt: Submitted here is our report of laboratory testing services completed on soil samples received at our materials testing laboratory in Arlington, Texas for the above referenced project. The testing program was completed in accordance with testing instructions received from Ms. Jenna Song, E.I.T, utilizing the following test methodologies: Atterberg Limits ASTM D4318 Material Finer than #200 Sieve ASTM D1140 Grain Size Analysis ASTM D422 Classification of Soils ASTM D2487 & 2488 Moisture Content ASTM D2216 Hydraulic Conductivity ASTM D5084* *These methods were provided to TEAM Consultants by a subcontracted lab (reports attached). The results of the soil testing program are summarized in the following tables which also serve as an index to the attached additional testing (strength, swell, compressibility, etc.). We appreciate the opportunity to be of assistance to you with this project. Should you have any questions, or if we may be of further assistance, please call the undersigned at (817) 467-5500. Sincerely, Jeremy Williamson Jeremy Williamson, E.I.T Staff Engineer 4087 Shilling Way Dallas, TX 75237 (214) 331-4395 Fax (214) 331-4458 3101 Pleasant Valley, Suite 101 Arlington, TX 76015 (817) 467-5500 Fax (817) 468-9920 6 a `o to B-17 TEAM Consultants, Inc. GEOTECHNICAL - ENVIRONMENTAL - CONSTRUCTION MATERIALS TESTING LABORATORY TEST DATA SUMMARY SHEET PROJECT: Village Creek Primary Clarifiers Improvement TEAM JOB NUMBER: 222004 #3 CLEINT: CDM Smith LL U a Grain Size Analysis Compressive Strength PROJECT NO.: 0515-267161 d v rn Percent Passing Sieve V S~ 0 U 3 y~ L r Atterberg Limits o 0 0 0 0 0 o K a m E a Visual Description & Unified Soil Classification o # # # # # o m N g U y y p LL PL PI 2 j U y N 0_ ST-3 4.0 - 6.0 Dark brown fat clay with sand CH 54 21 33 24.6 --- 98.6 97.0 --- 95.2 --- --- --- 77.7 --- --- --- ST-5 8.0 - 10.0 Brown sandy lean clay with ironstone nodules CL 35 17 18 18.0 116.8 98.6 95.8 --- 92.8 --- --- --- 66.5 --- --- --- ST-7 18.0 - 20.0 Brown fat clay with sand and ironstone nodules CH 50 18 32 19.0 112.5 99.8 99.2 --- 98.8 --- --- --- 84.0 --- --- --- ST-9 28.0 - 30.0 Brown and tan fat clay CH --- --- --- 22.0 --- 100.0 99.9 99.9 99.8 99.8 99.6 97.4 94.3 --- --- --- ST-11 38.0 - 40.0 Dark brown and gray fat clay CH 60 26 34 18.1 --- 100.0 100.0 --- 99.8 --- --- --- 97.4 --- --- --- ST-13 48.0 - 50.0 Brown and light gray lean clay with sand CL 38 18 20 21.0 --- 100.0 99.8 --- 99.5 --- --- --- 71.2 --- --- --- ST-14 53.0 - 55.0 Brown and gray lean clay with sand CL 43 18 25 30.5 --- 98.6 97.9 --- 97.3 --- --- --- 78.9 --- --- --- (1) Additional test results can be found on attached supplementary data summary. a Alpine Engineering Services, LLC -&>\�\ 105 Tradesmen Drive, Suite B ^1 Hydraulic Conductivity Hutto, TX 78634 �NE Y YTel: (512) 387-1287 EL (ASTM D5084, Method F) Client: Team Consultants, Inc. Alpine Project No.: 2403090 Project Name: Village Creek Primary Clarifiers Test Date: 03/15/24 (PN: 222004) Tested By: T.V. Sample ID: B-17 (ST-5) (8.0-10.0 ft) Method of Preparation: Shelby tube Hvdraulic Conductivity vs. Time I Testing Properties LE-05 IInitial Wet Weight (g) 411.1 i IAvg. Specimen Height (in) 1.95 IAvg. Specimen Diameter (in) 2.74 1.E-06 - Irrncecartinnal Aran (in21 5 99 IVolume of Specimen (cc) 190.8 IInitial Water Content (%) 15.8 LE-07 _ - -- — -u- -- (Total Unit Weight (pcf) 135.2 IInitial Dry Unit Weight (pcf) 116.8 1.E-08 I Specific Gravity, Gs (assumed) 2.68 I IInitial Degree of Saturation (%) 97.6 i IInitial Void Ratio, e o 0.43 LE-09 IInitial Porosity 0.30 0 10 20 30 40 50 I 1 Pore Volume (cc) 57.3 Time (minute) Hydraulic Conductivity Time k at 20 °C (min) (cm/sec) 2 9.6E-08 6 1.IE-07 14 9.9E-08 (a) As -Received I 22 1.0E-07 27 9.1E-08 33 9.5E-08 39 8.8E-08 d 46 8.6E-08 (b) Testing Specimen Note: The B-value of 0.97 was achieved for the intact specimen. The effective confining pressure was 9 psi per test request. Permeation measurements were made with a mercury U-tube. Avg. I& (cm/sec) 9.0E-08 (t) Average corrected hydraulic conductivity, k2o is obtained from the last 4 average readings. Cheng-Wei Chen, Ph.D. 03/16/24 Reviewed By / Date The testing was performed in accordance with applicable industry standard. The results provided in this report do not constitute a professional opinion by Alpine Engineering Services, LLC (Alpine). This report may be used only by the Client and the registered design professional in charge. Alpine Engineering Services, LLC -&>\�\ 105 Tradesmen Drive, Suite B ^1 Hydraulic Conductivity Hutto, TX 78634 �NE Y YTel: (512) 387-1287 EL (ASTM D5084, Method F) Client: Team Consultants, Inc. Alpine Project No.: 2403090 Project Name: Village Creek Primary Clarifiers Test Date: 03/15/24 (PN: 222004) Tested By: T.V. Sample ID: B-17 (ST-7) (18.0-20.0 ft) Method of Preparation: Shelby tube Hvdraulic Conductivitv vs. Time 1.E-05 U 1.E-06 -. ^a 1.E-07 o =: U - U a 1.E-08 x 1. E-09 0 20 40 60 80 100 Time (minute) (a) As -Received (b) Testing Specimen Note: The B-value of 0.98 was achieved for the intact specimen. The effective confining pressure was 19 psi per test request. Permeation measurements were made with a mercury U-tube. Testing Properties (Initial Wet Weight (g) 407.9 IAvg. Specimen Height (in) 1.93 IAvg. Specimen Diameter (in) 2.77 ICrosssectional Area (in) 6.02 IVolume of Specimen (cc) 190.1 (Initial Water Content (%) 18.5 (Total Unit Weight (pcf) 133.3 (Initial Dry Unit Weight (pcf) 112.5 Specific Gravity, Gs (assumed) 2.71 Ilnitial Degree of Saturation (%) 99.5 (Initial Void Ratio, e o 0.50 (Initial Porosity 0.34 120 I 1 Pore Volume (cc) 64.0 Hydraulic Conductivity Time k at 20 °C (min) (cm/sec) 4 2.3E-08 10 1.6E-08 18 1.2E-08 32 1.1E-08 47 1.0E-08 63 1.0E-08 85 1.0E-08 102 1.1E-08 Avg. I& (cm/sec) 1.0E-08 (t) Average corrected hydraulic conductivity, k2o is obtained from the last 4 average readings. Cheng-Wei Chen, Ph.D. 03/16/24 Reviewed By / Date The testing was performed in accordance with applicable industry standard. The results provided in this report do not constitute a professional opinion by Alpine Engineering Services, LLC (Alpine). This report may be used only by the Client and the registered design professional in charge. Appendix C Piezometer Installation Logs and Groundwater Level Monitoring Data Smith Smith Monitoring Well Installation Log Client: City of Fort Worth, Texas Contractor: Texplor of Dallas, Inc. Boring/Well No. Project Name: VC Clarifiers Improvements Driller: Scott Campbell Date Installed: Project Location: Fort Worth, Texas Ground EL: 459 Logged By: Project Number: 267161 Riser EL: 458.75 Page: 1 GROUND SURFACE Remarks 12400 Coit Road Suite 400 Dallas, TX 75231 (617) 452-6000 B-2/PZ-A 3/2/2022 J. Song, EIT of 1 ROADWAY BOX SURFACE SEAL: Steel Cover and Concrete Pad (2' x 2' x 1') (Thickness & Type) BACKFILL MATERIAL: Bentonite Chips/Plug — — (Type) TOP OF SEAL: 1' SEAL CONSTRUCTION: Bentonite Chips/Plug (Thickness & Type) TOP OF SANDPACK: 23.5' RISER CONSTRUCTION: 2" O.D. PVC Pipe, 10 Slot (Type, Diameter Material) TOP OF SCREEN: 25' SANDPACK TYPE: 20-40 Silica Sand SCREEN MATERIAL: 2" O.D. PVC Pipe, 10 Slot (Type, Slot, Diameter Material) BOTTOM OF SCREEN: 40' BOTTOM OF BOREHOLE: 40' BOREHOLE DIAMETER: 7' 7/8" NOTE: All depths are in feet below ground surface, unless noted otherwise. Updated On: 04/09/01 Smith Monitoring Well Installation Log Client: City of Fort Worth, Texas Contractor: Texplor of Dallas, Inc. Boring/Well No. Project Name: VC Clarifiers Improvements Driller: Scott Campbell Date Installed: Project Location: Fort Worth, Texas Ground EL: 458 Logged By: Project Number: 267161 Riser EL: 457.67 Page: 1 GROUND SURFACE Remarks 12400 Coit Road Suite 400 Dallas, TX 75231 (617) 452-6000 B-5/PZ-B 3/3/2022 J. Song, EIT of 1 ROADWAY BOX SURFACE SEAL: Steel Cover and Concrete Pad (2' x 2' x 1') (Thickness & Type) BACKFILL MATERIAL: Bentonite Chips/Plug — — (Type) TOP OF SEAL: 2' SEAL CONSTRUCTION: Bentonite Chips/Plug (Thickness & Type) TOP OF SANDPACK: 23' RISER CONSTRUCTION: 2" O.D. PVC Pipe, 10 Slot (Type, Diameter Material) TOP OF SCREEN: 25' SANDPACK TYPE: 20-40 Silica Sand SCREEN MATERIAL: 2" O.D. PVC Pipe, 10 Slot (Type, Slot, Diameter Material) BOTTOM OF SCREEN: 40' BOTTOM OF BOREHOLE: 40' BOREHOLE DIAMETER: 8' NOTE: All depths are in feet below ground surface, unless noted otherwise. Updated On: 04/09/01 Smith 12400 Coit Road Suite 400 Dallas, TX 75231 Monitoring Well Report (617)452-6000 Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Ground Surface EL: 459 Boring/Well No. B-2/PZ-A Project Location: 4500 Wilma Lane, Arlington, TX Riser EL: 458.75 (Page: 1 of 2 Project Number: 267161 Depth of Water Elevation of Elapsed Time From Top of Water (ft) Remarks Read By Date Time (days) Riser (ft) 3/2/2022 11:00 A.M. 0 Installed Jenna Song, EIT 3/17/2022 10:00 A.M. 15 12.9 445.9 Aravind Pedarla, PE 3/17/2022 10:00 A.M. 15 13 445.8 Aravind Pedarla, PE 4/21/2022 10:35 A.M. 50 12.2 446.6 Jenna Song, EIT 4/21/2022 10:35 A.M. 50 12.1 446.7 Jenna Song, EIT 5/2/2022 10:19 A.M. 61 13.6 445.2 Jenna Song, EIT 5/16/2022 10:08 A.M. 75 13.2 445.6 Jenna Song, EIT 6/2/2022 12:44 P.M. 92 13.4 445.3 Jenna Song, EIT 6/13/2022 9:14 A.M. 103 12 446.8 Jenna Song, EIT 7/7/2022 9:07 A.M. 127 13.7 445.1 Jenna Song, EIT 8/4/2022 9:57 A.M. 155 14.0 444.8 Jenna Song, EIT 8/18/2022 9:52 A.M. 169 14.2 444.6 Jenna Song, EIT 9/8/2022 10:15 A.M. 190 13.5 445.3 Jenna Song, EIT 9/19/2022 9:40 A.M. 201 13.7 445.1 Jenna Song, EIT 10/5/2022 10:00 A.M. 217 13.5 445.2 Guanfie Chen 10/20/2022 10:36 A.M. 232 13.5 445.3 Jenna Song, EIT 10/31/2022 10:40 A.M. 243 12.4 446.4 Jenna Sonq, EIT 11/17/2022 10:52 A.M. 260 11.1 447.7 Jenna Song, EIT 12/15/2022 10:27 A.M. 288 10.3 448.5 Jenna Song, EIT 12/27/2022 10:30 A.M. 300 10.2 448.6 Jenna Song, EIT 2/9/2023 10:35 A.M. 344 7.8 451.0 Jenna Song, EIT 2/20/2023 10:45 A.M. 355 8.3 450.5 Jenna Song, EIT 3/15/2023 12:35 P.M. 378 7.0 451.8 Jenna Song, EIT 3/29/2023 12:45 P.M. 392 6.8 452.0 Jenna Song, EIT 4/13/2023 10:37 A.M. 407 7.3 451.5 Jenna Song, EIT 4/27/2023 11:02 A.M. 421 7.3 451.5 Jenna Song, EIT 5/11/2023 10:25 A.M. 435 6.9 451.9 Jenna Song, EIT 5/25/2023 10:48 A.M. 449 7.0 451.8 Jenna Song, EIT Remarks: Updated On: 04/09/01 Smith Monitoring Well Report Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Ground Surface EL: 459 Project Location 4500 Wilma Lane, Arlington, TX Riser EL: 458.75 Project Number: 267161 Depth of Water Elevation of Elapsed Time From Top of Water (ft) Date Time (days) Riser (ft) 10/27/2023 10:32 A.M. 604 7.6 451.2 11/8/2023 9:45 A.M. 616 7.4 451.4 11/22/2023 10:38 A.M. 630 8.5 450.3 12/7/2023 12:40 P.M. 645 7.1 451.7 12/27/2023 10:34 A.M. 665 4.6 454.2 1/10/2024 10:24 A.M. 679 5.1 453.7 1/24/2024 10:29 A.M. 693 5.0 453.8 2/6/2024 12:08 P.M. 706 4.5 454.3 2/22/2024 10:02 A.M. 722 4.1 454.7 3/14/2024 10:27 A.M. 743 4.0 454.8 4/4/2024 10:33 A.M. 764 3.4 455.4 4/18/2024 11:10 A.M. 778 4.0 454.8 Remarks: 12400 Coit Road Suite 400 Dallas, TX 75231 (617) 452-6000 JBoring/Well No. B-2/PZ-A Page: 2 of 2 Remarks Read By Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT 1 inch of rain recorded on 12/24/23 and 12/25/23. Jenna Song, EIT 0.26 inch of rain recorded on 01/08/24. Jenna Song, EIT Snow and ice recorded between 01/15/24 to 01/16/24. 1.18 inch of rain recorded from Jenna Song, EIT 01 /22/24 to 01 /24/24. Jenna Sonq, EIT Jenna Sonq, EIT 0.72 inch of rain recorded between 03/7/24 and 03/8/24. Jenna Sonq, EIT 1 inch of rain recorded on 03/25/24 and 0.5 inch of rain recorded on 04/02/24. Jenna Sonq, EIT Jenna Sonq, EIT Updated On: 04/09/01 Smith Monitoring Well Report Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Ground Surface EL: Project Location 4500 Wilma Lane, Arlington, TX Riser EL: Project Number: 267161 Depth of Water Elapsed Time From Top of Date Time (days) Riser (ft) 3/3/2022 9:00 A.M. 0 35.2 3/17/2022 10:15 A.M. 14 6.3 3/17/2022 10:15 A.M. 14 7.8 4/21/2022 10:50 A.M. 49 3.8 4/21/2022 10:50 A.M. 49 3.8 5/2/2022 10:28 A.M. 60 6.1 5/16/2022 10:17 A.M. 74 6.4 6/2/2022 12:53 P.M. 91 5.9 6/13/2022 9:43 A.M. 102 5.9 7/7/2022 9:17 A.M. 126 7.1 8/4/2022 10:07 A.M. 154 8.1 8/18/2022 10:00 A.M. 168 8.4 9/8/2022 10:23 A.M. 189 7.7 9/19/2022 9:46 A.M. 200 7.9 10/5/2022 10:05 A.M. 216 8.2 10/20/2022 10:41 A.M. 231 8.5 10/31/2022 10:45 A.M. 242 7.2 11/17/2022 11:00 A.M. 259 6.2 12/15/2022 10:33 A.M. 287 5.4 12/27/2022 10:35 A.M. 299 5.3 2/9/2023 10:42 A.M. 343 3.6 2/20/2023 10:52 A.M. 354 4.2 3/15/2023 12:40 P.M. 377 4.6 3/29/2023 12:52 P.M. 391 5.4 4/13/2023 10:41 A.M. 406 6.5 4/27/2023 11:20 A.M. 420 5.6 5/11/2023 10:35 A.M. 434 5.4 5/25/2023 11:17 A.M. 448 5.1 Remarks: 12400 Coit Road Suite 400 Dallas, TX 75231 (617) 452-6000 458 JBoring/Well No. B-5/PZ-B 457.67 I Page: 1 of 2 Elevation of Remarks Read By Water (ft) 422.5 451.4 449.9 453.9 453.9 451.6 451.3 451.8 451.8 450.6 449.6 449.3 450.0 449.8 449.5 449.2 450.5 451.5 452.3 452.4 454.1 453.5 453.1 452.3 451.2 452.1 452.3 452.6 Installed Jenna Song, EIT Aravind Pedarla, PE Aravind Pedarla, PE Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jasper Chen Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Guanfie Chen Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Updated On: 04/09/01 Smith Monitoring Well Report Client: City of Fort Worth Project Name: Village Creek Primary Clarifiers Ground Surface EL: 458 Project Location 4500 Wilma Lane, Arlington, TX Riser EL: 457.67 Project Number: 267161 Depth of Water Elevation of Elapsed Time From Top of Water (ft) Date Time (days) Riser (ft) 10/27/2023 10:38 A.M. 603 3.2 454.5 11/8/2023 9:52 A.M. 615 4.8 452.9 11/22/2023 10:44 A.M. 629 5.4 452.3 12/7/2023 12:50 P.M. 644 5.7 452.0 12/27/2023 10:39 A.M. 664 4.5 453.2 1/10/2024 10:29 A.M. 678 4.3 453.4 1/24/2024 10:34 A.M. 692 4.1 453.6 2/6/2024 12:18 P.M. 705 3.4 454.3 2/22/2024 10:07 A.M. 721 2.4 455.3 3/14/2024 10:32 A.M. 742 2.0 455.7 4/4/2024 10:40 A.M. 763 2.3 455.4 4/18/2024 11:15 A.M. 777 2.5 455.2 Remarks: 12400 Coit Road Suite 400 Dallas, TX 75231 (617) 452-6000 JBoring/Well No. B-5/PZ-B Page: 2 of 2 Remarks Read By Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT Jenna Song, EIT 1 inch of rain recorded on 12/24/23 and 12/25/23. Jenna Song, EIT 0.26 inch of rain recorded on 01/24/23. Jenna Song, EIT Snow and ice recorded between 01/15/24 to 01/16/24. 1.18 inch of rain recorded on Jenna Song, EIT 01 /22/24 to 01 /24/24. Jenna Sonq, EIT Jenna Sonq, EIT 0.72 inch of rain recorded between 03/7/24 and 03/8/24. Jenna Sonq, EIT 1 inch of rain recorded on 03/25/24 and 0.5 inch of rain recorded on 04/02/24. Jenna Sonq, EIT Jenna Sonq, EIT Updated On: 04/09/01 CDM Smith cdmsmith.com c K I E-4— LEGEND Q­ -w ELE.V-4l.. W7 SCALE (IN FEET) CobbFendley �";Ll 2801 Network Boulevard 0CobbFendley Salte8U0 Summary of Test Hole Information and Coordinates Frisco, TX 75034 (972)335-3214 Project Name: Village_Creek_FTW General Location: R.D. Chumley & C.B. Ray Field Manager: DJ Client Name: CDM Smith Technicians: Cyclone Services LLC Client Proj. No.: JVacuum Excavation Truck/Trailer: 191 CobbFendley Proj. No.: 2306-142-01 City/Town: Fort Worth County: Tarrant State: TX I Designating Truck: General Surface Type Utility ID'd By: tY Utility and Thickness Ground Utility Depth to Tap 1: 5/8"Iron Rod/Cap Utility Top of Utility Test Hole Utility Size, O.D. Material Cross Sectional Direction (Inches) Date Test Hole Survey Northing (Y) EastIng (X) Elevation Type (Refer of Utility 2: Nail/Disk Observed (Ves Elevation Test Hole Notes p (Inc,es) (Refer to View , 1 , nc-a:When con�rere Excavated Point# (Feet) (Feet) (Z) Legend to Legend) (Feet) yr e-ahrt 3:'X'in Conc. or No) (Feet) ) 1c- mend Concrete 1: PVC Pipe (Feet) i _ N _a 01 36 RCCP SAN 14.09 O T AC X' in CONCRETE 08/14/2023 YES 30015 6967414.99 2385700.04 458.73 444.64 Probed to depth. Pipe information per records. 02 *See notes 03 UNK STL SAN 8.24 O T NG 5/8"IR W/ CAP 08/14/2023 YES **See notes 04 36 RCCP SAN 13.59 O T AC X' in CONCRETE 08/16/2023 YES 30017 6967414.96 2385714.11 458.69 445.10 Probed to depth. Pipe information per records. 05 *See notes 06 UNK STL SAN 8.22 Q T NG 5/8"IR W/ CAP 08/14/2023 YES 30010 6967382.86 2385713.58 458.54 450.32 Exposed elbow flange connecting to 54" pipe. 07 36 RCCP SAN 12.02 O T AC "X" in CONCRETE 08/16/2023 YES 30019 6967414.85 2385719.12 458.37 446.35 Probed to depth. Pipe information per records. 07-1 30 RCP STM 3.78 O NG 5/8"1R W/ CAP 08/16/2023 YES 30021 6967419.69 2385723.54 458.42 454.64 08 *See notes 09 UNK STL SAN 8.22 Q T NG 5/8"IR W/ CAP 08/14/2023 YES 30008 6967383.27 2385724.85 458.40 450.18 Exposed elbow flange connecting to 54" pipe. 10 54 RCCP SAN 6.89 O T AC X' in CONCRETE 08/16/2023 YES 30023 6967414.98 2385768.44 458.51 451.62 11 54 RCCP SAN 7.35 O T AC "X" in CONCRETE 08/16/2023 YES 30006 6967394.80 2385769.44 458.19 450.84 12 36 RCCP SAN 5.57 Q T NG 5/8"1R W/ CAP 08/16/2023 YES 30013 6967423.72 2385653.49 460.69 455.12 13 54 RCCP SAN 7.29 O T NG 5/8"1R W/ CAP 08/16/2023 YES 30025 6967415.46 2385781.26 458.30 451.01 14 54 RCCP SAN 7.32 O AC l "I" in CONCRETE 08/16/2023 YES 30004 6967394.80 2385782.74 458.08 450.76 I 15 ***See notes 16 48 RCCP SAN 7.64 O NG 5/8"1R W/ CAP 08/16/2023 YES 30002 6967394.57 2385806.71 458.03 450.39 17 48 RCCP SAN 7.22 Q AC "X" in CONCRETE 08/16/2023 YES 30000 6967394.78 2385833.07 457.96 450.74 Notes: *Removed due to safety concerns & potential undermining. **Exposed elbow flange connecting to 54" pipe. Unable to survey, test hole caved in. ***Removed due to groundwater and possible lea.: in tank. Utility Materials: 11 Utility Types: STL- Steel PVC - Polyvinyl Chloride CSC - Concrete/Steel Cylinder RCCP - Reinf. Conc. Cyl. Pipe E- Electric BT- Buried Telephone PE - Polyethylene DEC - Direct Buried Cable CMP - Corrugated Metal Pipe - G - Gas FOC - Fiber Optic Cable AC - Transite RCP - Reinforced Concrete Pipe COP - Copper - W - Water SAN - Sanitary Sewer Cl - Cast Iron VC -Vitrified Clay CONC - Concrete Encased - PL - Product Line STM - Storm Sewer DI - Ductile Iron FG - Fiberglass I - Iran Pipe - FL - Fuel Line CTV - Cable Television Prepared By: 1FMB Date: 08/29/2023 Checked by: IRS Date: 08/30/2023 Page: TS - Traffic Signal FM - Force Main 1 of 1 INDUSTRIAL HYGIENE AND SAFETY TECHNOLOGY, INC. March 27, 2024 Mr. Roger Grantham City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 RE: Lead Building Materials Survey Location: Village Creek Wastewater Treatment Plant 4500 Wilma Lane Arlington, Texas Sample Date: March 11, 2024 & March 15, 2024 IHST Job #: 2330802 Dear Mr. Grantham, Mr. Joey Reyes representing Industrial Hygiene and Safety Technology, Inc. performed a visual inspection and collected bulk samples of suspect lead -based paint at the address listed above. Thirty-seven (37) suspect lead based painted materials were identified during the visual inspection of the structure. Table 1 list the materials sampled and the results of the lead -based paint analysis. EMSL Analytical Inc. was contracted to perform the laboratory analysis. A copy of the original laboratory report is included as Appendix A to this report. The samples were analyzed utilizing SW 846 3050B/7000B method for lead analysis. Table 1, Results of Lead Based Paint Testing Sample ID Material Tested Location Results CFW-BSB1-031124-001 L White Paint Bar Screen Building 1 <0.009% wt CFW-BSB1-031124-002L Tan Paint Bar Screen Building 1 <.008% wt CFW-BSB1-031124-003L Light Green Paint Bar Screen Building 1 0.043% wt CFW-BSB1-031124-004L Red Paint Bar Screen Building 1 <0.008% wt CFW-BSB1-031124-005L Blue Paint Bar Screen Building 1 <0.008% wt CFW-BSB1-031124-006L Yellow Paint Bar Screen Building 1 <0.008% wt CFW-BSB1-031124-007L Dark Green Paint Bar Screen Building 1 0.73% wt CFW-BSB1-031124-008L Brown Paint Bar Screen Building 1 <0.012% wt CFW-IBG-031124-009L Light Green Paint Influent Box G 1.8% wt CFW-MCC-031124-010L White Paint Motor Control Center <0.008% wt CFW-MCC-031124-011 L Gray Paint Motor Control Center <0.008% wt CFW-BSB2-031124-012L Tan Paint Bar Screen Building 2 <0.019% wt CFW-BSB2-031124-013L Light Gray Paint Bar Screen Building 2 <0.008% wt CFW-BSB2-031124-014L Blue Paint Bar Screen Building 2 <0.024% wt CFW-BSB2-031124-015L Brown Paint Bar Screen Building 2 <0.045% wt CFW-BSB2-031124-016L Yellow Paint Bar Screen Building 2 <0.008% wt CFW-BSB2-031124-017L Green Paint Bar Screen Building 2 2.7% wt CFW-BSB2-031124-018L Dark Gray Paint Bar Screen Building 2 0.73% wt CFW-PS2-031124-019L Tan Paint Pump Station 2 <0.008% wt CFW-PS2-031124-020L Beige Paint Pump Station 2 0.014% wt CFW-PS2-031124-021 L Gray Paint Pump Station 2 0.66% wt CFW-PS2-031124-022L Orange Paint Pump Station 2 6.2% wt CFW-PS2-031124-023L Green Paint Pump Station 2 0.29% wt CFW-PS2-031124-024L Maroon Paint Pump Station 2 0.48% wt CFW-PS2-031124-025L Red Paint Pump Station 2 0.11 % wt CFW-PS1-031124-026L Beige Paint Pump Station 1 0.38% wt 2235 Keller Way • Carrollton, Texas 75006 • (972) 478-7415 • FAX (972) 478-7615 Sample ID CFW-PS1-031124-027L CFW-PS1-031124-028L CFW-PS 1-031124-029L CFW-PS1-031124-030L CFW-PCT-031124-031 L CFW-PCT-031124-032L CFW-PCT-031124-033L CFW-PCT-031124-034L CFW-PCT-031124-035L CFW-031524-001 L CFW-031524-002L Material Tested Gray / Maroon Paint Red Paint Orange Paint Blue Paint Black Paint White Paint Green Paint Brown Paint Yellow Paint Tan Paint Tan Paint Location Pump Station 1 Pump Station 1 Pump Station 1 Pump Station 1 Near PCT 2 Near PCT 2 Near PCT 1 Near PCT 2 PCT Digester 8 — Manway Digester 8 — Interior Dome Results 0.009% wt <0.043% wt 9.1 % wt <0.20% wt 0.95% wt <0.013% wt 2.1 % wt <0.008% wt 2.6% wt <0.008% wt <0.008% wt In reviewing the results of the lead -based paint sampling, Contractors should comply with the OSHA standard for lead 1926.62 while removing the lead -based paint. The remaining lead samples in black will not require lead removal. Should you or your staff have any questions regarding the content of this report, please do not hesitate to contact our office at your convenience. Cordially, Y4&'VOL'ce, 61xwl'o' Tracy Bramlett, CIH, CSP President Appendix A- Laboratory Reports Appendix B- Drawings Appendix C- Photographs Appendix A — Laboratory Report EMSL Analytical, Inc. 200 Route 130, Cinnaminson, NJ, 08077 Telephone:856-858-4800 Fax:856-786-5974 EMSL-CIN-01 Attention: Adam James Industrial Hygiene & Safety Technology [INDU60] 2235 Keller Way Carrollton, TX 75006 (972)478-7415 labresults@ihst.com Analyte Results RL Weight(g) Client Sample ID: CFW-BSB1 -031124-001 L/White Paint Matrix: Chips Lead <0.009 % wt 0.009 % wt 0.2307 Sample Comments: Client Sample ID: CFW-BSB1-031124-002L/Tan Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt 0.2788 Sample Comments: Client Sample ID: CFW-BSB1-031124-003L/Light Green Paint Matrix: Chips Lead 0.043 % wt 0.008 % wt 0.2791 Sample Comments: Client Sample ID: CFW-BSB1-031124-004L/Red Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt 0.2698 Sample Comments: Client Sample ID: CFW-BSB1-031124-005L/Blue Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt 0.2764 Sample Comments: Client Sample ID: CFW-BSB1-031124-006L/Yellow Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt 0.2738 Sample Comments: Client Sample ID: CFW-BSB1-031124-007L/Dark Green Paint Matrix: Chips Lead 0.73 % wt 0.035 % wt 0.2824 Sample Comments: Client Sample ID: CFW-BSB1-031124-008L/Brown Paint Matrix: Chips Lead <0.012 % wt 0.012 % wt 0.1697 Sample Comments: Client Sample ID: CFW-IBG-031124-009L/Light Green Paint Matrix: Chips Lead 1.8 % wt 0.057 % wt 0.1761 Sample Comments: Client Sample ID: CFW-MCC-031124-010L/White Paint EMSL Order ID: 012410713 LIMS Reference ID: AC10713 EMSL Customer ID: INDU60 Project Name: Village Creek WTP / 23308.02 Customer PO: EMSL Sales Rep: Matthew Coppolino Received: 03/13/2024 09:30 Reported: 03/18/2024 19:13 Analytical Results Prep Date Analysis Date Analytical & Tech Prep Method & Analyst Method Q DF Date Sampled: 03/11/24 LIMS Reference ID: AC10713-01 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-02 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-03 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-04 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-05 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-06 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-07 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B Pb4, D 5 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-08 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-09 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B D 5 Date Sampled: 03/11/24 Page 1 of 7 EMSL Analytical, Inc. 200 Route 130, Cinnaminson, NJ, 08077 Telephone:856-858-4800 Fax:856-786-5974 EMSL-CIN-01 Attention: Adam James Industrial Hygiene & Safety Technology [INDU60] 2235 Keller Way Carrollton, TX 75006 (972)478-7415 labresults@ihst.com Analyte Results RL Client Sample ID: CFW-MCC-031124-010L/White Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt Sample Comments: Client Sample ID: CFW-MCC-031124-011 L/Gray Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-012L/Tan Paint Matrix: Chips Lead <0.019 % wt 0.019 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-013L/Light GrayPaint Matrix: Chips Lead <0.008 % wt 0.008 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-014L/Blue Paint Matrix: Chips Lead <0.024 % wt 0.024 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-015L/Brown Paint Matrix: Chips Lead <0.045 % wt 0.045 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-016L/Yellow Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-017L/Green Paint Matrix: Chips Lead 2.7 % wt 0.18 % wt Sample Comments: Client Sample ID: CFW-BSB2-031124-018L/Dark Gray Paint Matrix: Chips Lead 0.73 % wt 0.038 % wt Sample Comments: Weight(g) Project Name: Customer PO: EMSL Sales Rep: Received: Reported: Analytical Results (Continued) Prep Date & Tech Prep Method 0.2677 03/15/24 NP2 SW-846 3050B 0.2551 03/15/24 NP2 SW-846 3050B 0.1026 03/15/24 NP2 SW-846 3050B 0.2469 03/15/24 NP2 SW-846 3050B 0.083 03/15/24 NP2 SW-846 3050B 0.0448 03/15/24 NP2 SW-846 3050B 0.2654 03/15/24 NP2 SW-846 3050B 0.2704 03/15/24 NP2 SW-846 3050B 0.2646 03/15/24 NP2 SW-846 3050B EMSL Order ID: 012410713 LIMS Reference ID: AC10713 EMSL Customer ID: INDU60 Village Creek WTP / 23308.02 Matthew Coppolino 03/13/2024 09:30 03/18/2024 19:13 Analysis Date Analytical & Analyst Method Q DF Date Sampled: 03/11/24 LIMS Reference ID: AC10713-10 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-11 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-12 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-13 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-14 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-15 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-16 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-17 03/18/24 PMx SW846-7000B D 25 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-18 03/18/24 PMx SW846-7000B D 5 Page 2 of 7 EMSL Analytical, Inc. EMSL Order ID: 012410713 LIMS Reference ID: AC10713 200 Route 130, Cinnaminson, NJ, 08077 Telephone: 856-858-4800 Fax:856-786-5974 EMSL Customer ID: INDU60 EMSL-CIN-01 Attention: Adam James Project Name: Village Creek WTP / 23308.02 Industrial Hygiene & Safety Technology [INDU60] 2235 Keller Way Carrollton, TX 75006 Customer PO: (972) 478-7415 EMSL Sales Rep: Matthew Coppolino labresults@ihst.com Received: 03/13/2024 09:30 Reported: 03/18/2024 19:13 Analytical Results (Continued) Prep Date Analysis Date Analytical Analyte Results RL Weight(g) & Tech Prep Method & Analyst Method Q DF Client Sample ID: CFW-PS2-031124-019L/Tan Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-19 Lead <0.008 % wt 0.008 % wt 0.2679 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Client Sample ID: CFW-PS2-031124-020L/Beige Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-20 Lead 0.014 % wt 0.008 % wt 0.2648 03/15/24 NP2 SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Client Sample ID: CFW-PS2-031124-021L/Gray Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-21 Lead 0.66 % wt 0.039 % wt 0.257 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 5 Sample Comments: Client Sample ID: CFW-PS2-031124-022L/Orange Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-22 Lead 6.2 % wt 0.36 % wt 0.2745 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 50 Sample Comments: Client Sample ID: CFW-PS2-031124-023L/Green Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-23 Lead 0.29 % wt 0.008 % wt 0.2551 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Client Sample ID: CFW-PS2-031124-024L/Maroon Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-24 Lead 0.48 % wt 0.038 % wt 0.2627 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 5 Sample Comments: Client Sample ID: CFW-PS2-031124-025L/Red Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-25 Lead 0.11 % wt 0.008 % wt 0.2539 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Client Sample ID: CFW-PS1-031124-026L/Beige Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-26 Lead 0.38 % wt 0.014 % wt 0.1394 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Client Sample ID: CFW-PS1-031124-027L/Gray/Maroon Paint Date Sampled: 03/11/24 Matrix: Chips LIMS Reference ID: AC10713-27 Lead 0.009 % wt 0.008 % wt 0.2634 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Page 3 of 7 EMSL Analytical, Inc. 200 Route 130, Cinnaminson, NJ, 08077 Telephone:856-858-4800 Fax:856-786-5974 EMSL-CIN-01 Attention: Adam James Industrial Hygiene & Safety Technology [INDU60] 2235 Keller Way Carrollton, TX 75006 (972)478-7415 labresults@ihst.com Analyte Results RL Client Sample ID: CFW-PS1-031124-028L/Red Paint Matrix: Chips Lead <0.043 % wt 0.043 % wt Sample Comments: Client Sample ID: CFW-PS1 -031124-029L/O range Paint Matrix: Chips Lead 9.1 % wt 0.35 % wt Sample Comments: Client Sample ID: CFW-PS1-031124-030L/Blue Paint Matrix: Chips Lead <0.020 % wt 0.020 % wt Sample Comments: Client Sample ID: CFW-PCT-031124-031/Black Paint Matrix: Chips Lead 0.95 % wt 0.039 % wt Sample Comments: Client Sample ID: CFW-PCT-031124-032/White Paint Matrix: Chips Lead <0.013 % wt 0.013 % wt Sample Comments: Client Sample ID: CFW-PCT-031124-033/Green Paint Matrix: Chips Lead 2.1 % wt 0.077 % wt Sample Comments: Client Sample ID: CFW-PCT-031124-034/Brown Paint Matrix: Chips Lead <0.008 % wt 0.008 % wt Sample Comments: Client Sample ID: CFW-PCT-031124-035/YeIlow Paint Matrix: Chips Lead 2.6 % wt 0.079 % wt Sample Comments: EMSL Order ID: 012410713 LIMS Reference ID: AC10713 EMSL Customer ID: INDU60 Project Name: Village Creek WTP / 23308.02 Customer PO: EMSL Sales Rep: Matthew Coppolino Received: 03/13/2024 09:30 Reported: 03/18/2024 19:13 Analytical Results (Continued) Prep Date Analysis Date Analytical Weight(g) & Tech Prep Method & Analyst Method Q DF Date Sampled: 03/11/24 LIMS Reference ID: AC10713-28 0.0468 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-29 0.1436 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 25 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-30 0.1 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-31 0.2542 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 5 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-32 0.1563 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-33 0.2581 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 10 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-34 0.2653 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B 1 Date Sampled: 03/11/24 LIMS Reference ID: AC10713-35 0.2531 03/15/24 LP SW-846 3050B 03/18/24 PMx SW846-7000B D 10 Page 4 of 7 EMSL Analytical, Inc. 200 Route 130, Cinnaminson, NJ, 08077 Telephone:856-858-4800 Fax:856-786-5974 EMSL-CIN-01 Attention: Adam James Industrial Hygiene & Safety Technology [INDU60] 2235 Keller Way Carrollton, TX 75006 (972)478-7415 labresults@ihst.com Project Name: Customer PO: EMSL Sales Rep: Received: Reported: Analytical Results EMSL Order ID: 012410866 LIMS Reference ID: AC10866 EMSL Customer ID: INDU60 Village Creek WTP / 23308-02 Matthew Coppolino 03/18/2024 09:00 03/18/2024 18:57 Prep Date Analysis Date Analytical Analyte Results RL Weight(g) & Tech Prep Method & Analyst Method Q DF Client Sample ID: CFW - 031524 - 001L/Tan Paint - Digester 8 - Manway Date Sampled: 03/15/24 Matrix: Chips LIMS Reference ID: AC10866-01 Lead <0.008 % wt 0.008 % wt 0.2807 03/18/24 SDC SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: Client Sample ID: CFW - 031524 - 002L/Tan Paint - Digester 8 - Interior Dome Date Sampled: 03/15/24 Matrix: Chips LIMS Reference ID: AC10866-02 Lead <0.008 % wt 0.008 % wt 0.2718 03/18/24 SDC SW-846 3050B 03/18/24 PMx SW846-7000B 1 Sample Comments: I Page 1 of 4 1 LEAD / -,e Lead (Pb) Chain of Custody EMSL Analytical, tnc. EMSL Order ID (Lab Use Only): 5950 Fairbanks North Houston Rd EMSL ANALYTICAL. INC. j+� �1c.� Houston. Texas 77040 f PHONE- 866-318-3920 EMAIL: houstonlab@emsl.com EMSL-Bill to: Same} Different company: 1H5T, Inc. If Bill to is Different note ins cf ans in Comments" Street: 2235 Keller Way Third Party Biffinq requires written au t orization from third party City: Carrollton State/Province: TX Zip/Postal Code: 75006 Country: USA Report To (Name): Adam James Telephone #: 972-478-7415 Email Address: labresult5@ihst.com Fax #: 972-478-7615 Purchase Order: nla Project Name/Num ber: 11; Ilan k t'dTp12.33a5± oz Please Provide Results: Fax �a f1) U.S. State Samples Taken: r x CT Samples: CommerciallTaxable Residentialfrax Exempt Turnaround_ Time (TAT) Options* - Please Check 3 Hour 6 Hour 24 Hour 1 48 Hour I 72 Hour I 96 Hour f ( 1 Week 2 Week "Analysis completed in accordance with PMSL's erms and Conditions located in the Price �� o Matrix I Method Instrument I Reporting Limit I Check Chips 10 by wt. SW846-700013 Fame Atomic Absorption II 0.01 /o Name of Sampler: krp '��,'� Signature of Sampler: �' v Sample ID Sample Description C ate Sampled C Feel- BS3.2- 0031)2y — 0�1� .�� &A"Ll 3 - I f - 2 q CO2[ i1yf P11.4 t;.,,ti P;'.-o — - ooSL. B/r.P Pam. `. no8L-Rrelkx)nn'-4,51 CFw-zao9c PIA. LL— r n C EW - 35/32 - 0311zq - 0/ 2L 7ci fin. ►U Client Sample #'s I Total # of Samples: 1 35- Relinquished (Client): Date: I2'!2� 11 ++ Time: / 4/ 3s,Q Received (Lab): �� Date: Time: I� Comments: LEAD r' 1 Lead (Pb) Chain of Custody EMSL Analytical, Inc. EMSL Order 10 (Lab Use Only): 5950 Fairbanks North Houston Rd EMSI ANAL"FCAC.INC. I � r I I Houston. Texas 77040 .,w.w.owr.swonu�r..nuwwa 1 C_1 J PHONE: 866-318-3920 EMAIL: houstonlab@emsl-corn EMSL-Sill to: Same ❑ifferent Company : IHST, Inc. If 81]I to is Different note in­sTcdons in Comments•• Street: 2235 Keller Way Third Party Billing requires written authorization from third party City; Carrollton StatelProvince: TX ZiplPostal Code: 75006 Country: USA Report To (Dame): Adam Jalmes Telephone #: 972-478-74I5 Email Address: labresults@ihst.com Fax #: 972-478-7615 , Purchase Order: Na Project NamelNumber: II; llofv rr..._ k (VT�?or' oZ Please Provide Results: Fax Email U.S. State Samples Taken: r )( CT Samples: Commercial/Taxable Residentiairrax Exempt Turnaround Time (TAT) Options' - Please Check 3 Hour I 6 Hour 24 Hour ` 48 Hour I 72 Hour f 96 Hour 1 Week �I 2 Week Analysis completed in accordance with EMSL's Terms and Conditions located in the Price Matrix. Method Instrument Reporting Limit Check Chips % by wt. SW846-700013 Flame Atomic Absorption 1 0.01 % 4 Name of Sampler: /0 '{�r,I�,r 1 Signature of Sampler: a. Sample ID Sample Description C:� ate Sampled �'F4)-BS'$.2,µ63112�-QISL Air.,. ��■� 3-rt-zq 0/!vL �V, llau, In—c Ot7G f--.rl.e - o2aL h�.s1_1Q— r,ZIL 022L c3 7-3 _ c,z�I L A,&�a4+��1 i► Client Sample #'s I Total # of Samples: 35- Relinquished Client : _ Date: 1212-1/ Time: / 3Q Received (Lab): Date: Time: Comments: n LEAD 3 Ct 3 Lead (Pb) Chain of Custody EMSL Analytioai, Inc. - EMSL Order ID (Lab Use Only). 5950 Fairbanks North Houston Rd EMSL ANAL11CAL. INC. ' { }�� 1 Y I Houston. Texas 77040 wo...rw.....,i.„..� n I V II PHONE: 886-318-3920 EMAIL: houstonlab@emsl.com EMSL-Bill to: Sarre Different Company : IHST, Inc. If Bill to is Different note in sradfions in Comments" Street: 2235 Keller Way Third Party Billing requires written authorization from third party City: Carrollton StatelProvince: TX ZiplPostal Code: 75006 Country: USA _ Report To (Name): Adam James Telephone M 972-478-7415 Email Address: labresults@ihst.com Fax M 972-478-76I5 I Purchase Order: nia Project Name/Number: U ' TPf2_33o8 or Please Provide Results: Fax Email) U.S. State Samples Taken: ry CT Samples: Commercial[Taxable Residentialrrax Exempt Turnaround Time (TAT) Options* - Please Check 3 Hour 6 Hour I 24 Hour 48 Hour I 72 Hour 96 Hour CWeek I 2 Week 'Analysis completed in accordance with EMSL's Terms and Conditions located in the Pricee__--,, Matrix Method Instrument I Reporting Limit Check Chips % by wt. SW846-7000B Flame Atomic Absorption 1 0.01 % Name of Sampler: , /Ocr �rlos I Signature of Sampler: , Sample ID Sample Description C:::� ate Sampled t, Fto- f s1 -j a311Zy— aZgL- 0 /.A fw1�- 3 - 11- 2q ,L 0.301— I3/rty _f Ew - PGT - 03112il - a 31L- GI{. eA �R _ a3�=,G_ a3s� }fellow -R Client Sample #`s I I Total # of Samples: 1 35- Relinquished (Client): _ Date: -:3 Time: Time: 1430 Received (Lake): Date: Time:__ _ Comments: LEAD Lead (Pb) Chain of Custody EMSL Order ID (Lab Use Only), [MSL ANALYTICAL. INC. IJ0�[9(P EMSL Analytical. Inc. 5950 Fairbanks North Houston Rd Houston, Texas 77040 PHONE: 866-318-3920 EMAIL: houstonlab@emsl.com EMSL-Bill to: Same Different Company: IHST, Inc. It Bill to is Different note ins cons in Comments" Street: 2235 Keller Way Third Party Billing requires written authorization from third party City; Carrollton 1 State/Province: TX Zip/Postal code: 75006 Count Report To (Name): Adam James Telephone #: 972-478-7415 Email Address: labresults@ihst.com Fax #: 972-478-76I5 I Purchase_ Order: n/a Project NamelNumber;V,[[,i,r^nck tuTPh3sos-oz Please Provide Results: Fax Email1 U,S. State Samples Taken: Tr 4 CT Samples: Commercial/Taxable Residential[Tax Exempt Turnaround Time (TAT) Options* - Please Check 3 Hour 6 Hour I 24 Hour I 48 Hour I 72 Hour 96 Hour '" 2 Week Analysis completed in accordance with EMSL's Terms and Conditions located in the Price idl__� p o Matrix Method I Instrument p Reporting Limit Check Chips 10 by wt. SW846-70008 Flame AtomicAbso lion 0.01 /o Name of Sampler: 16ce -,fue4 1 Signature of Sampler: Sample ID Sample Description U Date Sampled C' pW -G Is q- Va IL la+. i�ii,-�kq/- 1-4r 8- M 3-1S-2�i ,F'W-asiSL4-Qd2L gar, �,, - 1SI r�c�- inkeriQr 9aa.,e Client Sample Vs RelincLuished (Client : Date Received (Lab): Date: Comments: Total # of Samples: 2 Time: _ i2S(0� — I6 4 Time: f lI--L Page 4 of 4 Appendix B — Drawings of Sample Locations CFW-031524-002L- CFW-031524-001 L KEY F—INEGATIVE LEAD SAMPLE ■O POSITIVE LEAD SAMPLE DOU 'POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. CFW-PCT-031124-033L NORTH CFW-PCT-031124-034L CFW-PCT-031124-031 L CFW-PCT-031124-032L — T -Ey tTREET u L W C4) —hJRinx AN MCCB Ld �. fBG BSBf �-� R E. r; J. . qua::-, BSB2 10 - Uel Stephens St. 11 C FW-PCT-031124-035L PCT LBP Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC None 1 of 12 23308_02 AK 03/2012024 Water Treat Plant `o o 7 a' CFW-BSB 1-031124-006L CFW -BSB 1-031124-008L v rt tllIr- CFW-BSB 1-031124-007L -, I Vent CFW-BSB 1-031124-002L CFW-BSB 1-031124-005L KEY NEGATIVE LEAD SAMPLE ■� POSITIVE LEAD SAMPLE 'POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. Key Map 0 Itmo�- god �'"i•,� f ABrROMI. _ Y J M CEU Uel Stephens St, CFW -BSB 1-031124-001 L CFW-BSB 1-031124-003L CFW -BSB 1-031124-004L--\ BSB1 LBP Sample Locations DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC I None 1 2 of 12 23308_02 AK 03/2012024 Water Treat Plant 41 CFW-BSB2-031124-015L CFW -B S B 2-031124-012 L Vent `o o 0 a L__Vent CFW-BSB2-031124-016L KEY O NEGATIVE LEAD SAMPLE ■� POSITIVE LEAD SAMPLE *POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. Key Map - - a or N Uel Stephens St. CFW -B S B 2-031124-014 L--\ Office EN' CFW-BSB2-031124-013L CL7 ■ CFW-BSB2-031124-017L BSB2 CFW-BSB2-031124-018L LBP Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC None 3 of 12 23308_02 AK 03/2012024 Water Treat Plant CFW-1 BG-031124-009L KEY O NEGATIVE LEAD SAMPLE ■O POSITIVE LEAD SAMPLE *POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. I Concrete Landing] I Influent Box G I IConcrete LandingI CFW-MCC-031124-011 L CFW -MCC-031124-010 L� Motor Control Center SCX Key Map g o edme�v afl [1 i � _ �nmaul?rrj J. � u cFxr Uel Stephens St. — -- . EN' MCC & IBG LBP Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC None 4 of 12 23308_02 A K 03/20/2024 Water Treat Plant CFW-PS1-031124-029L CFW-PS1-031124-028L� ■ CFW-PS1-031124-027L-\ Down 1 Upper Level CFW-P S 1-031124-026L—\ KEY F—INEGATIVE LEAD SAMPLE ■� POSITIVE LEAD SAMPLE *POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. Key Map 1rL;C VREF I ' �� 5-� � uei steonens S�. Lower Level Up — u F" I URIM TCFW-PS1-031124-030L PS1 LBP Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC I None 1 5 of 12 23308_02 AK 03/2012024 Water Treat Plant CFW-PS2-031124-021 L CFW-PS2-031124-025L KEY O NEGATIVE LEAD SAMPLE ■O POSITIVE LEAD SAMPLE CFW-PS2-031124-019L Down Upper Open To Level Lower Level CFW-PS2-031124-020L CFW-PS2-031124-023L CFW-PS2-031124-024L ■ Lower Level t IIp CFW-PS2-031124-022L Key Map -- -.�L. . 1CIlC�Ql4E43TI r =D' r -- r�nmauuC�r��• � � 1��.,, a� w GBrr'r I� L. mw z; :.:;-s -"x I � IllI PS2 LBP Sample Locations DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. 'POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC None 6 of 12 23308_02 AK 03/2012024 Water Treat Plant 7 �❑ 00f Ll ILU LT ^ mR to KEY LPB Black Paint LPB Green Paint LPB Yellow Paint 'POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. IN 1TLu C4 �IIIIIIIIf711 _�`�j �I J. 4.ATRl MCC p IBG 1 BSB1 �I REWLIA S U 7 BSB2 10 �"- Uel Stephens St. i 1)E1L DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 PCT LBP Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_COFW_VC None 7 of 12 23308_02 AK 03/20/2024 Water Treat Plant Vent [- 1 `o o a 7 M 1 Vent Vent 1 Key Map LBP Dark Green Paint LBP Light Green Paint KEY 'POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5% LEAD BY WEIGHT. Wrt; I T �{! . 0I!011I B r+ .. 'w Stephens St. Ki: BSB1 LBP DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_COFW_VC None 8 of 12 23308_02 AK 03/20/2024 Water Treat Plant Vent 1 KEY LBP Dark Gray Paint LBP Green Paint *POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. Key Map ]] �raC�t'i3TI IiJ.At �R f JP.GENFrII _ �. Uel Stephens St. _ _ J- Office L DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 EN' BSB2 LBP Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_CoFW_VC None 9 of 12 23308_02 AK 03/20/2024 Water Treat Plant KEY LBP Light Green Paint 'POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. Concrete Landing] Influent Bax G I Concrete Landinq I Key Map 11 d.w4ar )N '` n a � u cvfr Uel Stephens St. — -- . Motor Control Center SCX MCC &IBG LBP DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_CoFW_VC None 10 of 12 23308_02 AK 03/20/2024 Water Treat Plant KEY LBP Orange Paint ® LBP Beige Paint ® LBP Gray/Maroon Paint *POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5 % LEAD BY WEIGHT. Key Map ci�`�e. sty � u cBir� Uei Stephens s4 J Lower Level UP — DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. Psi LBP CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_CoFW_VC None 11 of 12 23308_02 AK 03/20/2024 Water Treat Plant KEY LBP Beige Paint E3LBP Gray Paint LBP Orange Paint LBP Green Paint FMI LBP Maroon Paint LBP Red Paint "POSITIVE LEAD CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN OR EQUAL TO 0.5% LEAD BY WEIGHT. Down ra Upper Open To Level Lower Level Key Map 17 i Jp PS2 LBP DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_CoFW_VC None 12 of 12 23308_02 AK 03/20/2024 Water Treat Plant Appendix C: Photographs City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Sample CFW-BSB1-031124-001L 1.46 e. = Sample CFW-BSB1-031124-003L Sample CFW-BSB1-031124-005L Sample CFW-BSB1-031124-002L Sample CFW-BSB1-031124-004L Sample CFW-BSB1-031124-006L 1 r City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 4r s,.Ulv Sample CFW-BSB1-031124-007L Sample CFW-IBG-031124-009L Sample CCFW-MCC-031124-011 L r P.. Sample CFW-BSB1-031124-008L Sample CFW-MCC-031124-010L X.0 - Sample CFW-BSB2-031124-012L City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 1 10 = Sample CFW-BSB2-031124-013L . .- I--. _ Sample CFW-BSB2-031124-015L Sample CFW-BSB2-031124-017L Sample CFW-BSB2-031124-014L Sample CFW-BSB2-031124-016L Sample CFW-BSB2-031124-018L City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 �. �r .It a Sample CFW-PS2-031124-019L Sample CFW-PS2-031124-021 L Sample CFW-PS2-031124-023L 0 {M Sample CFW-PS2-031124-020L Sample CFW-PS2-031124-022L E w. Sample CFW-PS2-031124-024L City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Sample CFW-PS2-031124-025L jjj i i Sample CFW-PS1-031124-027L - Sample CFW-PS1-031124-029L F Sample CFW-PS1-031124-026L Sample CFW-PS1-031124-028L Sample CFW-PS1-031124-030L City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Sample CFW-PCT-031124-031 L 'ir Sample CFW-PCT-031124-033L Sample CFW-PCT-031124-035L Sample CFW-PCT-031124-032L l 1 ' Sample CFW-PCT-031124-034L L IF r-• 1 Sample CFW-031524-001 L City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Sample CFW-031524-002L Industrial Hygiene and Safety Technology, Inc 2235 Keller Way Carrollton, TX 75006 Phone: (972) 478-7415 Fax: (972) 478-7615 http://www.ihst.com Leaders in Quality, Service and Innovation Report of Comprehensive Asbestos Survey Prepared for: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Building Surveyed: Village Creek Wastewater Treatment 4500 Wilma Lane Arlington, TX 76012 Tracy K. Bramlett President DSHS Individual Asbestos Consultant License #10-5040 Wednesday, March 27, 2024 INDUSTRIAL HYGIENE AND SAFETY TECHNOLOGY9 INC. March 27, 2024 Mr. Roger Grantham City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 RE: Asbestos Survey Village Creek Wastewater Treatment Plant 4500 Wilma Lane Arlington, Texas Dear Mr. Grantham: Industrial Hygiene and Safety Technology, Inc. (IHST) was retained by City of Fort Worth to perform an asbestos survey of the above -mentioned facility. This survey included a visual inspection and the collection of samples to identify suspect asbestos -containing materials (ACMs) as necessary. The survey was performed in accordance with applicable Federal, State, and local regulations. Specific details of this survey are included in the following report. The survey was performed on March 11, 2024, by Jose Reyes, a Texas Licensed Asbestos Inspector, number 60-3316. The bulk samples were analyzed by Moody Labs, 2051 Valley View Lane, Farmers Branch, Texas 75234 (NVLAP No. 102056-0) and (DSHS License No. 300084). Limitations: Industrial Hygiene and Safety Technology, Inc. has attempted to observe the existing conditions within the building utilizing generally accepted procedures. Regardless of the thoroughness of a survey, the possibility exists that some areas containing asbestos were overlooked, inaccessible or different from those at specific locations. Furthermore, renovation and/or construction may reveal altered conditions. This report describes only the conditions present at the time of the survey, in the areas surveyed. The recommendations presented apply to the conditions that were observed during the survey. IHST policies are to not perform destructive sampling unless previously authorized by the client. Therefore, IHST does not perform core sampling of roofing materials unless previously authorized and accompanied by the owner and/or his representative. Other conditions may exist in unsurveyed or inaccessible areas such as behind walls and above permanent ceilings. In addition, the conditions of asbestos -containing materials may change gradually or suddenly depending upon use, maintenance, or accident. As a result, the recommendations presented should be periodically reviewed and updated. The quantity estimates presented in this report were based upon observations during the survey as well as information from building plans provided by the owner. While it is believed that the estimated quantities are reasonable, unanticipated conditions could be present in inaccessible or unsurveyed areas. Industrial Hygiene & Safety Technology, Inc. do not warrant or guarantee the quantity estimates. The use of such estimates shall be at the user's own risk and shall constitute a release and agreement to defend and indemnify Industrial Hygiene & Safety Technology, Inc. from and against any liability. Additional survey information is included in this report. If you have any questions or desire additional information, please contact us. Sincerely, Y44,�, le, 61W.400, Tracy Bramlett, CIH, CSP Asbestos Consultant License 105040 Jose Reyes Asbestos Inspector License 60-3316 2235 Keller Way • Carrollton, Texas 75006 • (972) 478-7415 • FAX (972) 478-7615 Industrial Hygiene and Safety Technology, Inc. IHST Proiect Number: 23308 Comprehensive Asbestos Survey Village Creek Wastewater Treatment Plant 4500 Wilma Lane Arlington, TX 76012 Table of Contents 1.0 Introduction 3 2.0 Purpose and Scope 3 3.0 Report Organization 3 4.0 Field Investigation 3 5.0 Sampling 4 5.1 Laboratory Analysis 4 5.2 Analytical Methods 5 5.3 Bulk Sample Results 5 6.0 Hazard Assessment 7 6.1 Hazard Assessment Ratings 7 6.2 Asbestos -Containing Material Assessments 8 7.0 Hazard Assessment Summary 9 7.1 Response Actions 9 8.0 alifications 10 Appendices Appendix A: Site Drawings Appendix B: Lab Results Appendix C: Bulk Summary Report Appendix D: Photographs Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Page 2 of 10 „n.lHn1e—d Arlington, TX 76012 SAty re,n,amev, - Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 1.0 Introduction This document is a report of a Comprehensive Asbestos Survey performed by Industrial Hygiene and Safety Technology, Inc.(IHST). IHST is licensed by the Texas Department of State Health Services (DSHS), formerly the Texas Department of Health, as an Asbestos Consultant Agency (DSHS License #10-0145. Figure 1 provides a description of the assessment described by this report. Figure 1. Comprehensive Asbestos Survey Profile Client Name: City of Fort Worth Facility/Campus Village Creek Wastewater Treatment Plant Building: Village Creek Wastewater Treatment Plant 4500 Wilma Lane Arlington, TX 76012 Survey Date(s): 3/11/2024 Inspector(s): Jose Reyes - DSHS Asbestos Inspector License #60-3316 2.0 Purpose and Scope The purpose of this project was to locate, identify, and assess the condition of asbestos containing material (ACM) present at the subject building, and to develop recommendations based on existing and potential asbestos related hazards. The following scope of work was used during the asbestos assessment for the subject property: A. Collecting and analyzing bulk samples of suspected asbestos -containing materials. B. Quantification of the suspected asbestos -containing material. C. Preparing a report discussing the findings and remedial recommendations. 3.0 Report Organization This report is divided into sections which discuss the review of available documentation, field investigation, laboratory analysis, hazard assessments, and recommendations. Illustrations, such as tables and figures follow the text. Other supporting documentation, such as laboratory reports are also included. 4.0 Field Investigation The survey was conducted to determine the amount of asbestos -containing materials present in the subject building. The survey included an observation of accessible areas and unusual conditions; and bulk sampling of suspected asbestos -containing materials. Bulk samples were collected of suspect materials and analyzed by Polarized Light Microscopy (PLM) with dispersion staining, in accordance with the Environmental Protection Agency's (EPA) Method for the Determination of Asbestos in Bulk Building Material Samples (Method 600/R-93/116). Percentage estimates are based on the analyst's Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Industrial Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Page 3 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 best judgment following PLM/DS and examination with a stereoscope. Laboratory reports containing sample location and results are included with this report. The survey was designed to identify the presence of both friable and non -friable asbestos- containing materials present in the surveyed area. Friable means that the material, when dry, may be crumbled, pulverized, or reduced to powder by hand pressure. Building materials suspected of containing asbestos were grouped into "Homogeneous" sampling areas. The homogeneous areas were defined based on uniform texture, color, and appearance. Additionally, homogeneous areas were further defined based on building construction date(s). Each of the items sampled were classified into one of three categories: 1.) Surfacing Material: A surfacing material is a building material which has been applied to a surface (i.e., walls or ceilings) or structural members. Examples of surfacing materials which may contain asbestos are: spray -applied fireproofing, spray -applied acoustical texture, and trowel -applied textured ceilings and walls. 2.) Thermal System Insulation: All types of insulation used on a building's mechanical system are classified into the category of thermal system insulation. Examples of thermal system materials which may contain asbestos are: boilers and related piping, or duct insulation. 3.) Miscellaneous: All remaining materials which do not fall into the two above categories are placed in the miscellaneous category. Examples of miscellaneous materials which may contain asbestos are: lay -in ceiling tile, floor tile, mastic adhesives and roofing felt. An assessment was conducted for each building material sampled. The physical assessment consists of evaluating the condition of the suspect material and the potential for future disturbance. Recommendations made for a building material which contains asbestos are based on the assessments made by the inspector during the survey. The data developed during the asbestos survey is presented in the following sections of this report. Table 1 contains the Summary of Bulk Sample Analysis and Assessment and Table 2 contains the Cost Estimate Summary (if applicable). Both tables present specific locations, results of additional asbestos analysis, time schedules, and quantities of asbestos. The cost estimates are based on IHST's experience and commercial estimates used by local abatement contractors. However, it should be noted that the cost estimates are not based on a written set of specifications or a confirmed scope of work, which can affect the final contract cost. 5.0 Sampling Sampling during the field investigation included the collection of bulk samples of suspected asbestos containing materials, as listed in Table 1., Summary of Bulk Sample Analysis and Assessment. After sample recovery, samples were placed in secure containers, and the sampling vicinity was cleaned and sealed. Appropriate chain -of -custody protocols were initiated at that time to track handling of bulk samples. 5.1 Laboratory Analysis The samples were transported to and analyzed by the analytical laboratory specified in Figure 2., a successful participant in the Department of Commerce, National Institute of Standards and Technology's (NIST) National Voluntary Laboratory Accreditation Program and licensed by the Texas Department of State Health Services (DSHS), formerly the Texas Department of Health. Ten percent (10%) of the bulk samples were reanalyzed independently as part of the quality assurance and quality control programs. Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Page 4 of 10 Iad,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 Figure 2. Bulk Sample Laboratory Profile Laboratory Name: Moody Labs DSHS License Number: #30-0084 NVLAP Lab ID: #102056-0 Expires: 5/31/2024 5.2 Analytical Methods Bulk samples were analyzed by Polarized Light Microscopy (PLM). This technique characterizes the materials refractive indices, fiber morphology, birefringence, extinction angle, sign of elongation, and dispersion staining colors to detect asbestos. Percentage estimates are based on approximate area compositions under a stereo -microscope. 5.3 Bulk Sample Results The results of the sample analysis and the laboratory analysis report are included as appendices. Figure 3. Materials with Asbestos Detected at 1 % or Greater Mat'l Type Description Location • Caulking Exterior Gray Window Caulk PS1 -Around Window • Caulking Interior Window Glazing PS2 - Windows • Caulking Exterior Window Glazing PS1 -Window • ExTexture Exterior Sand Texture PS2 - Concrete Slab Figure 4. Materials with NO Asbestos Detected (Pursuant to EPA and DSHS Definition) Mat'l Type • Texture Matls • Texture Matls • Pipe Ins. • Caulking • Caulking • Sealant • Texture Matls • Texture Matls • Pipe Ins. • Caulking • Sheetrock • Caulking • Caulking • Texture Matls • Texture Matls Description CMU Texture Wall Texture Pipe Insulation Tan Caulk White / Clear Caulk Gray Sealant CMU Texture Wall Texture Pipe Insulation Tan Caulk Drywall w/ Joint Compound & Orange Peel Texture White Caulk Exterior Wall Sealant CMU Texture Interior Wall Texture Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane l,d,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Location BSB1 - Top Portion of Walls in Open Area BSB1 - Bottom Portion of Walls in Open Area BSB1 - Along Interior East Wall BSB1 - Around Wall Vents BSB1 - Around South Door IBG - Concrete Landing BSB2 - Top Portion of Open Area Walls BSB2 - Bottom Portion of Open Area Walls BSB2 - Along Open Area North & East Walls BSB2 - Around Wall Vents BSB2 - Office - Southwest Corner Wall BSB2 - Around North & South Doors BSB2 - East & West Wall Seams PS2 - Upper Level Walls PS2 - Lower Level Ceilings & Walls Page 5 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 • Gaskets Black Gasket PS2 - Lower Level Pipes • Gaskets Red Gasket PS2 - Lower Level Pipes • Caulking Exterior White Caulk PS2 - Around Doors & Windows • ACT Ceiling Panels PS1 - Upper Level Ceiling • Gaskets Red Gasket PS1 - Lower Level Pipes • Caulking Caulk PS1 - Exterior Door Frame • Gaskets Gasket PCT - Black Pipes North of Tanks • Gaskets Black Gasket PCT - White Pipes Around Tanks Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Ind,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Page 6 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 6.0 Hazard Assessment Asbestos is an airborne hazard. A hazard assessment refers to the process by which we evaluate a material's potential to release fibers into the air. Fibers may be released spontaneously as part of the aging process, or as a result of sudden impact, vibration, air movement, or localized deterioration. Assessing a material's potential for fiber release, and hence its associated hazard, is based upon evaluating the material's condition and potential for further disturbance, damage, or deterioration. 6.1 Hazard Assessment Rankings Any material identified as asbestos containing that exhibits damage, should be considered a hazard to anyone who works in the area. Typically, damage is classified as minor or significant. Minor damage is characterized by small cuts, tears, scuffs, small openings, or other limited disturbance to asbestos containing materials. Areas with minor damage represent varying degrees of hazards from slight to high depending on: * The nature of the damage; * Proximity to disturbers, such as airstreams; * Location with respect to building occupants; * Activity in the immediate area; and * Frequency of maintenance in the area. Significant damage is characterized by large openings, visible flaking, loose particles, and debris on surfaces below the material. Asbestos containing materials which exhibit significant damage are either high or critical hazards, depending upon accessibility. High hazards exist where significantly damaged materials are generally inaccessible; however, where significant damage is accessible, or in the vicinity of building occupants, there is a critical hazard. The recommended action for addressing asbestos related hazards depends upon the degree of hazard. For example: * An immediate hazard or critical assessment describes a situation in which the material is exposed and friable, accessible to personnel, and is disturbed releasing fibers in the air. In this situation, immediate action should be taken. At a minimum, the area should be isolated and access restricted. * A high assessment describes a situation in which the material is in poor condition, exposed and friable, with a potential for disturbance. In this case, interim controls should be instituted, and the material should be removed when practical. Repairs should be made to the ACM if abatement is not scheduled. * A medium or moderate assessment describes a situation in which a combination of the determining factors vary, such as a material that is in good condition but has a high asbestos content and is generally accessible. In situations like this, abatement can be scheduled with future building renovation or maintenance. * A low or slight assessment describes a situation in which the material is in good condition and has a low potential for disturbance, damage, or deterioration. In this situation, an O&M program is usually all that is needed. In general, those areas that are classified as critical or high damage should be abated. These are areas where a high probability of exposure could occur. Moderately damaged areas would require an Operations and Maintenance (O&M) Program to be instituted. In addition, these areas should be considered for abatement, or at the very least repaired. Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane l,d,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Page 7 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 6.2 Asbestos -Containing Material Assessments Figure 5 provides a summary of the asbestos identified during the survey, along with a hazard assessment for each type and condition of asbestos -containing material. Figure 5. Hazard Assessments for Asbestos -Containing Materials Exterior Texture Materials Condition: Good, Friability: NF II, Disturbance Potential: Low The exterior texture is considered a Category II non -friable material. The material presents a low potential hazard because the material is in good condition and non -friable. The ACM in the texture should be placed into the operations and maintenance program and managed until renovation or demolition plans require removal by a licensed abatement contractor. The preceding hazard assessment applies to the asbestos -containing materials listed below: Area Ref# Homogeneous Area Description Quantity Location 18 Exterior Sand Texture 312 s.f. PS2 - Concrete Slab Window Glazing, Caulking and Sealant Condition: Good, Friability: NF II, Disturbance Potential: Low At the time of the survey, this ACM was observed to be non -friable and in good condition. Please refer to schmematic drawings for material location. The window glazing and caulking is in good condition and presents a low potential health hazard to building occupants due to its observed good condition and intact binding matrices. The preceding hazard assessment applies to the asbestos -containing materials listed below: Area Ref# Homogeneous Area Description Quantity Location 20 Interior Window Glazing 6 s.f. PS2 - Windows 23 Exterior Gray Window Caulk 1 s.f. PS1 -Around Window 24 Exterior Window Glazing 4 s.f. PS1 -Window Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Industrial Hygiene and Arlington, TX 76012 S*ty T,,h,,1,9y, Inc. Page 8 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 7.0 Hazard Assessment Summary In the event other building materials are discovered in addition to the materials sampled in this survey, those building materials should be presumed to contain asbestos and treated as such until proven otherwise by PLM laboratory analysis. 7.1 Response Actions Asbestos Containing Materials The identified asbestos at the Village Creek Wastewater Treatment Plant should be removed by a Texas licensed asbestos abatement contractor prior to renovation plans which may disturb the materials 7.2 Explanation of Response Ratings Table 1 includes a response rating based on factors such as friability, accessibility, potential for disturbance, etc. Definitions for the response ratings are listed below: 0 = Material does not contain detectable amounts of asbestos and requires no asbestos -related abatement action. 1 = Material contains asbestos, was non -friable, and requires no abatement action unless sanded, abraded, drilled or otherwise disturbed. 2 = Material contains asbestos and was friable. Damage was not observed; no immediate abatement action is required. 3 = Material contains asbestos, was friable, and shows signs of localized damage with a potential for disturbance. 4 = Material contains friable asbestos and was significantly damaged. Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Iad,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Page 9 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 8.0 Qualifications Industrial Hygiene and Safety Technology, Inc. has attempted to observe the existing conditions within the aforementioned building utilizing generally accepted procedures. Regardless of the thoroughness of a survey, the possibility exists that some areas containing asbestos were overlooked, inaccessible or different from those at specific locations. Furthermore, renovation and/or construction may reveal altered conditions. This report describes only the conditions present at the time of the survey, in the areas surveyed. The recommendations presented apply to the conditions that were observed during the survey. IHST policies are to not perform destructive sampling unless previously authorized by the client. Therefore, IHST does not perform core sampling of roofing materials unless previously authorized and accompanied by the owner and/or his representative. Other conditions may exist in unsurveyed or inaccessible areas such as behind walls and above permanent ceilings. In addition, the conditions of asbestos -containing materials may change gradually or suddenly depending upon use, maintenance or accident. As a result, the recommendations presented should be periodically reviewed and updated. The quantity estimates presented in this report were based upon observations during the survey as well as information from building plans provided by the owner. While it is believed that the estimated quantities are reasonable, unanticipated conditions could be present in inaccessible or unsurveyed areas. Industrial Hygiene & Safety Technology, Inc. do not warrant or guarantee the quantity estimates. The use of such estimates shall be at the user's own risk and shall constitute a release and agreement to defend and indemnify Industrial Hygiene & Safety Technology, Inc. from and against any liability. If you have any questions or comments regarding the content of this report, I would be glad to discuss them at your convenience. Sincerely, Jose Reyes - DSHS Asbestos Inspector License #60-3316 ,�4a� 44�'. Tracy K. Bramlett President DSHS Individual Asbestos Consultant License #10-5040 Comprehensive Asbestos Survey City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane l,d,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. Page 10 of 10 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 Appendix: Appendix A: Site Drawings Asbestos Survey Appendix City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Ind,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. MM L] D..g to KEY O NEGATIVE ASBESTOS SAMPLE POSITIVE ASBESTOS SAMPLE 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1 % ASBESTOS. T-031124-085 T-031124-086 T-031124-087 ET u P, I PCT Asbestos Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC I None 1 1 of 8 23308_02 AK 03/20,12024 Water Treat Plant CFW-BSB1-031124-014 CFW-BSB1-031124-016 CFW-BSB1-031124-017 CFW-BS B 1-031124-015 N\l CFW-BS B 1-031124-006 —\ Vent CFW-BSB1-031124-013—\ 1 CFW -BS B 1-031124-001 CFW-BS B 1-031124-007 Vent 1 \CFW-BSB1-031124-011 CFW-BSB1-031124-012 FW-BSB1-031124-005 CFW-BSB1-031124-009 CFW-BSB1-031124-010 KEY O NEGATIVE ASBESTOS SAMPLE POSITIVE ASBESTOS SAMPLE Key Map CFW-BS B 1-031124-008 CFW-BS B 1-031124-004 ECr 11 791� _ Y J M CEU g ,A CFW-BS B 1-031124-002 CFW-BS B 1-031124-003 BSB1 Asbestos Sample Locations DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1 % ASBESTOS. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC I None 1 2 of 8 23308_02 AK 03/2012024 Water Treat Plant CFW-BSB2-031124-039 ;FW-BSB2-031124-032 CFW-BSB2-031124-040 CFW-BSB2-031124-028 CFW-BSB2-031124-021 CFW-BSB2-031124-041 CFW-BSB2-031124-022 CFW-BSB2-031124-027 CFW-BSB2-031124-035 CFW-BSB2-031124-036 /1 CFW-BSB2-031124-037 1LCFW-BSB2-031124-029 0 CFW-BSB2-031124-031 CFW-BSB2-031124-024 CFW-BSB2-031124-023 CFW-BSB2-031124-043 CFW-BSB2-031124-042 CFW-BSB2-031124-034 MNA11e -P-1 Y4WUx310 rzXkU%1%M KEY O NEGATIVE ASBESTOS SAMPLE POSITIVE ASBESTOS SAMPLE 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1 % ASBESTOS. Key Map � J.At 5<R '.• � u cFxr Uel Stephens St. _ _ J . Office t CFW-BSB2-031124-025 CFW-BSB2-031124-038 CFW-BSB2-031124-026 BSB2 Asbestos Sample Locations DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC None 3 of 8 23308_02 AK 03/2012024 Water Treat Plant CFW-IBG-031124-020 +� CFW-IBG-031124-019 4 KEY O NEGATIVE ASBESTOS SAMPLE POSITIVE ASBESTOS SAMPLE 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1 % ASBESTOS. I Concrete Landing] I Influent Box G I IConcrete LandingI Key Map r U tc o edmery afl _ �nmaul?rrj a. a � u cFxr Uel Stephens St. — -- . CFW-IBG-031124-018 Motor Control Center SCX MCC & IBG Asbestos Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC None 4 of 8 23308_02 A K 03/20/2024 Water Treat Plant CFW -PS 1-031124-073 PS 1-031124-076 zCFW-PS1-031124-077 CFW-PS1-031124-078 CFW-PS1-031124-074 CFW-PS1-031124-070 CFW-PS1-031124-075 CFW-PS1-031124-071 1 CFW-PS 1-031124-072 Down 1 CFW-PS1-0311 CFW-PS1-0311 Upper Level CFW-PS1-03 11«-VO I CFW-PS1-031124-067---," CFW-PS 1-031124-068 CFW-PS 1-031124-069 KEY O NEGATIVE ASBESTOS SAMPLE POSITIVE ASBESTOS SAMPLE 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1 % ASBESTOS. Key Map �I o-It sf9-E—ET— arrrl auc i L. V `I0--J,Uei Stphens s4 Lower Level UP— PS1 Asbestos Sample Locations DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC I None 1 5 of 8 23308_02 AK 03/2012024 Water Treat Plant CFW-PS2-031124-044 CFW-PS2-031124-066 CFW-PS2-031124-065 CFW-PS2-031124-062 Down CFW-PS2-031124-058 (7 � I CFW-PS2-031124-063 Upper Open To Level Lower Level CFW-PS2-031124-060 F CFW-PS2-031124-061 CFW -PS2-031124-045 CFW-PS2-031124-059 CFW -PS2-031124-046 CFW-PS2-031124-064 CFW-PS2-031124-051 CFW -PS2-031124-050 —\ p CFW-PS2-031124-052 CFW-PS2-031124-053 CFW-PS2-031124-054 KEY O NEGATIVE ASBESTOS SAMPLE POSITIVE ASBESTOS SAMPLE Lower Level I \—CFW-PS2-031124-047 Up 7- CFW-PS2-031124-055— \—CFW-PS2-031124-049 CFW-PS2-031124-056 CFW-PS2-031124-057 Key Map 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1 % ASBESTOS. � u cFxr� Uel Stephens St. C FW-PS2-031124-048 Industrial Hygiene and Safety Technology, Inc. PS2 Asbestos Sample Locations DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308 02 CoFW VC I None 1 6 of 8 23308_02 AK 03/2012024 Water Treat Plant Down 1 KEY ACM Caulking ACM Window Glazing Upper Level 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1%ASBESTOS. Key Map �1-o G�vst� g`—T� ..,' �. JN.Gr' Uei Stephens s4 J Lower Level Up — DRAWING TITLE: City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. Psi ACM CAD File: Sc,le: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_CoFW_VC None 7 of 8 23308_02 AK 03/20/2024 1 Water Treat Plant KEY MACM Paint / Texture ACM Window Glazing 'POSITIVE ASBESTOS CONTAINING MATERIAL IS CLASSIFIED AS BEING GREATER THAN 1%ASBESTOS. Upper Level Lower Level Key Map Down Open To Lower Level -- �;dNIDY£ [l 0 I_. i Up F- 2105-p% PS2 ACM DRAWING TITLE City of Fort Worth Village Creek Water Treatment Plant 4500 Wilma Ln Arlington, TX 76012 Industrial Hygiene and Safety Technology, Inc. CAD File: Scale: Sheet: JOB NUMBER: DRAWN BY: DATE: 23308_02_CoFW_VC None 8 of 8 23308_02 AK 03/20/2024 Water Treat Plant Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 Appendix: Appendix B: Lab Results Asbestos Survey Appendix City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Indu'nal Hygiene and Arlington, TX 76012 Salary Technology, Inc. - PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 1 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of Industrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location Asbestos Content CFW-BSB1- CMU Texture, Top Portion of Walls in Open Area None Detected - CMU 031124-001 None Detected - Texture CFW-BSB1- CMU Texture, Top Portion of Walls in Open Area None Detected - CMU 031124-002 None Detected - Texture CFW-BSB1- CMU Texture, Top Portion of Walls in Open Area None Detected - CMU 031124-003 None Detected - Texture CFW-BSB1- CMU Texture, Top Portion of Walls in Open Area None Detected - CMU 031124-004 None Detected - Texture CFW-BSB1- CMU Texture, Top Portion of Walls in Open Area None Detected - CMU 031124-005 None Detected - Texture CFW-BSB1- Wall Texture, Bottom Portion of Walls in Open Area None Detected - Texture 031124-006 CFW-BSB1- Wall Texture, Bottom Portion of Walls in Open Area None Detected - Texture 031124-007 CFW-BSB1- Wall Texture, Bottom Portion of Walls in Open Area None Detected - Texture 031124-008 CFW-BSB1- Pipe Insulation, Along the Interior East Wall None Detected - Insulation 031124-009 None Detected - Paper / Foil Wrap None Detected - White Mastic CFW-BSB1- Pipe Insulation, Along the Interior East Wall None Detected - Insulation 031124-010 None Detected - Paper / Foil Wrap None Detected - White Mastic CFW-BSB1- Pipe Insulation, Along the Interior East Wall None Detected - Insulation 031124-011 None Detected - Paper / Foil Wrap None Detected - White Mastic CFW-BSB1- Vent Caulk, Around Wall Vents None Detected - Caulking 031124-012 CFW-BSB1- Vent Caulk, Around Wall Vents None Detected - Caulking 031124-013 - PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 2 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of Industrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location Asbestos Content CFW-BSB1- Vent Caulk, Around Wall Vents None Detected - Caulking 031124-014 CFW-BSB1- Door Caulk, Around South Door None Detected - Caulking 031124-015 CFW-BSB1- Door Caulk, Around South Door None Detected - Caulking 031124-016 CFW-BSB1- Door Caulk, Around South Door None Detected - Caulking 031124-017 CFW-IBG-031124- Sealant (Gray), Concrete Landing None Detected - Sealant 018 CFW-IBG-031124- Sealant (Gray), Concrete Landing None Detected - Sealant 019 CFW-IBG-031124- Sealant (Gray), Concrete Landing None Detected - Sealant 020 CFW-BSB2- CMU Texture, Top Portion of Open Area Walls None Detected - CMU 031124-021 None Detected - Filler Material CFW-BSB2- CMU Texture, Top Portion of Open Area Walls None Detected - CMU 031124-022 None Detected - Filler Material CFW-BSB2- CMU Texture, Top Portion of Open Area Walls None Detected - CMU 031124-023 None Detected - Filler Material CFW-BSB2- CMU Texture, Top Portion of Open Area Walls None Detected - CMU 031124-024 None Detected - Mortar None Detected - Filler Material CFW-BSB2- CMU Texture, Top Portion of Office East Wall None Detected - CMU 031124-025 None Detected - Mortar None Detected - Filler Material CFW-BSB2- Wall Texture, Bottom Portion of Office North Wall None Detected - Plaster 031124-026 None Detected - Paint / Texture PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 3 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of Industrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location Asbestos Content CFW-BSB2- Wall Texture, Bottom Portion of Office North Walls None Detected - Plaster 031124-027 None Detected - Paint / Texture CFW-BSB2- Wall Texture, Bottom Portion of Office North Walls None Detected - Plaster 031124-028 None Detected - Paint / Texture CFW-BSB2- Pipe Insulation, Along Open Area North and East Walls None Detected - Insulation 031124-029 None Detected - Paper / Foil Wrap None Detected - White Mastic CFW-BSB2- Pipe Insulation, Along Open Area North and East Walls None Detected - Insulation 031124-030 None Detected - Paper / Foil Wrap None Detected - White Mastic CFW-BSB2- Pipe Insulation, Along Open Area North and East Walls None Detected - Insulation 031124-031 None Detected - Paper / Foil Wrap None Detected - White Mastic CFW-BSB2- Vent Caulk, Around Wall Vents None Detected - Caulking 031124-032 CFW-BSB2- Vent Caulk, Around Wall Vents None Detected - Caulking 031124-033 CFW-BSB2- Vent Caulk, Around Wall Vents None Detected - Caulking 031124-034 CFW-BSB2- Drywall / Joint Compound / Texture (Orange Peel), Office, None Detected - Drywall Material 031124-035 Southwest Corner Wall None Detected - Joint Compound None Detected - Texture CFW-BSB2- Drywall / Joint Compound / Texture (Orange Peel), Office, None Detected - Drywall Material 031124-036 Southwest Corner Wall None Detected - Joint Compound None Detected - Texture CFW-BSB2- Drywall / Joint Compound / Texture (Orange Peel), Office, None Detected - Drywall Material 031124-037 Southwest Corner Wall None Detected - Joint Compound None Detected - Texture CFW-BSB2- Door Caulk, Around North and South Doors None Detected - Caulking 031124-038 PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 4 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of Industrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location Asbestos Content CFW-BSB2- Door Caulk, Around North and South Doors None Detected - Caulking 031124-039 CFW-BSB2- Door Caulk, Around North and South Doors None Detected - Caulking 031124-040 CFW-BSB2- Exterior Wall Sealant, East and West Seams None Detected - Plaster 031124-041 None Detected - Sealant CFW-BSB2- Exterior Wall Sealant, East and West Seams None Detected - Plaster 031124-042 None Detected - Sealant CFW-BSB2- Exterior Wall Sealant, East and West Seams None Detected - Plaster 031124-043 None Detected - Sealant CFW-PS2-031124- CMU Texture, Upper Level Walls None Detected - CMU 044 None Detected - Texture CFW-PS2-031124- CMU Texture, Upper Level Walls None Detected - CMU 045 None Detected - Paint / Texture CFW-PS2-031124- CMU Texture, Upper Level Walls None Detected - CMU 046 None Detected - Paint / Texture CFW-PS2-031124- Interior Wall Texture, Lower Level Ceiling and Walls None Detected - Plaster 047 None Detected - Coating CFW-PS2-031124- Interior Wall Texture, Lower Level Ceiling and Walls None Detected - Plaster 048 None Detected - Coating CFW-PS2-031124- Interior Wall Texture, Lower Level Ceiling and Walls None Detected - Plaster 049 None Detected - Coating CFW-PS2-031124- Interior Wall Texture, Lower Level Ceiling and Walls None Detected - Plaster 050 None Detected - Coating CFW-PS2-031124- Interior Wall Texture, Lower Level Ceiling and Walls None Detected - Plaster 051 None Detected - Coating CFW-PS2-031124- Gasket (Black), Lower Level Pipes None Detected - Gasket 052 PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 5 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of Industrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location Asbestos Content CFW-PS2-031124- Gasket (Black), Lower Level Pipes None Detected - Gasket 053 CFW-PS2-031124- Gasket (Black), Lower Level Pipes None Detected - Gasket 054 CFW-PS2-031124- Gasket (Red), Lower Level Pipes None Detected - Gasket 055 CFW-PS2-031124- Gasket (Red), Lower Level Pipes None Detected - Gasket 056 CFW-PS2-031124- Gasket (Red), Lower Level Pipes None Detected - Gasket 057 CFW-PS2-031124- Exterior Texture (Sand), On Concrete Slab None Detected - Plaster 058 5% Chrysotile - Paint / Texture CFW-PS2-031124- Exterior Texture (Sand), On Concrete Slab None Detected - Plaster 059 5% Chrysotile - Paint / Texture CFW-PS2-031124- Exterior Texture (Sand), On Concrete Slab None Detected - Plaster 060 5% Chrysotile - Paint / Texture CFW-PS2-031124- Exterior Caulk, Around Doors and Windows None Detected - Caulking 061 CFW-PS2-031124- Exterior Caulk, Around Doors and Windows None Detected - Caulking 062 CFW-PS2-031124- Exterior Caulk, Around Doors and Windows None Detected - Caulking 063 CFW-PS2-031124- Interior Window Glazing, Windows 2% Chrysotile - Window Glazing 064 CFW-PS2-031124- Interior Window Glazing, Windows 2% Chrysotile - Window Glazing 065 CFW-PS2-031124- Interior Window Glazing, Windows 2% Chrysotile - Window Glazing 066 PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 6 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of Industrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location Asbestos Content CFW-PSI-031124- Ceiling Panels, Upper Level Ceiling None Detected - Drywall Tile 067 CFW-PSI-031124- Ceiling Panels, Upper Level Ceiling None Detected - Drywall Tile 068 CFW-PS1-031124- Ceiling Panels, Upper Level Ceiling None Detected - Drywall Tile 069 CFW-PSI-031124- Gasket (Red), Lower Level Pipes None Detected - Gasket 070 None Detected - Yellow Mastic CFW-PS1-031124- Gasket (Red), Lower Level Pipes None Detected - Gasket 071 None Detected - Yellow Mastic CFW-PSI-031124- Gasket (Red), Lower Level Pipes None Detected - Gasket 072 None Detected - Yellow Mastic CFW-PSI-031124- Exterior Window Caulk, Window 2% Chrysotile - Caulking 073 CFW-PSI-031124- Exterior Window Caulk, Window 2% Chrysotile - Caulking 074 CFW-PS1-031124- Exterior Window Caulk, Window 2% Chrysotile - Caulking 075 CFW-PSI-031124- Exterior Window Glazing, Window 2% Chrysotile - Window Glazing 076 CFW-PS1-031124- Exterior Window Glazing, Window 2% Chrysotile - Window Glazing 077 CFW-PS1-031124- Exterior Window Glazing, Window 2% Chrysotile - Window Glazing 078 CFW-PSI-031124- Door Caulk (White), Exterior Doorframe None Detected - Caulking 079 CFW-PSI-031124- Door Caulk (White), Exterior Doorframe None Detected - Grey Caulking 080 None Detected - White Caulking PLM Summary Report 2051 Valley View Lane Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Identification : Asbestos, Bulk Sample Analysis Test Method: Polarized Light Microscopy / Dispersion Staining (PLM/DS) EPA Method 600 / R-93 / 116 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Sample Date :03/11/2024 Page 7 of 7 On 3/15/2024, eighty seven (87) bulk material samples were submitted by a representative of hidustrial Hygiene & Safety Technology for asbestos analysis by PLM/DS. The PLM Detail Report is attached; additional information may be found therein. The results are summarized below: Sample Number Client Sample Description / Location CFW-PSI-031124- Door Caulk (White), Exterior Doorframe 081 CFW-PCT- Gasket (Red), Black Pipes North of Tanks 031124-082 CFW-PCT- Gasket (Red), Black Pipes North of Tanks 031124-083 CFW-PCT- Gasket (Red), Black Pipes North of Tanks 031124-084 CFW-PCT- Gasket (Black), White Pipes around Tanks 031124-085 CFW-PCT- Gasket (Black), White Pipes around Tanks 031124-086 CFW-PCT- Gasket (Black), White Pipes around Tanks 031124-087 Asbestos Content None Detected - Grey Caulking None Detected - White Caulking None Detected - Caulking None Detected - Caulking None Detected - Caulking None Detected - Gasket None Detected - Gasket None Detected - Gasket These samples were analyzed by layers. Quantification, unless otherwise noted, is performed by calibrated visual estimate. The test report shall not be reproduced except in full without written approval of the laboratory. The results relate only to the items tested. These test results do not imply endorsement by NVLAP or any agency of the U.S. Government. Accredited by the National Voluntary Laboratory Accreditation Program for Bulk Asbestos Fiber Analysis 1 esking. under Lab Code 102056-0. NVL,gp L O Code 1132o6b•o Analyst(s): Brian R. Schmidt, Hannah Wall, Tommie Smith Lab Manager: Heather Lopez Approved Signatory: Lab Director: Bruce Crabb Approved Signatory:_ Thank you for choosing Moody Labs This Page Left Intentionally Blank Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB1- CMU (Tan) 031124-001 Texture (Off -White) CFW-BSB1- CMU (Tan) 031124-002 Texture (Off -White) CFW-BSB1- CMU (Tan) 031124-003 Texture (Off -White) CFW-BSB1- CMU (Tan) 031124-004 Texture (Off -White) % Of Sample Components P 10% Aggregate Cement Binders 90% Aggregate Gypsum / Binders 1 % Aggregate Cement Binders 99% Aggregate Gypsum / Binders 1 % Aggregate Cement Binders 99% Aggregate Gypsum / Binders 2% Aggregate Cement Binders 98% Aggregate Gypsum / Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 1 of 17 % of (Analysis (Analyst Layer Date 65% 03/20 TS 35% 55% 45% 65% 03/20 TS 35% 55% 45% 65% 03/20 TS 35% 55% 45% 65% 03/20 TS 35% 55% 45% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB1- CMU (Tan) 031124-005 Texture (Off -White) CFW-BSB1- Texture (Off -White) 031124-006 CFW-BSB1- CMU (Grey) 031124-007 Texture (Off -White) CFW-BSB1- CMU (Grey) 031124-008 Texture (Off -White) % Of Components Sample P 1 % Aggregate Cement Binders 99% Aggregate Gypsum / Binders 100% Aggregate Gypsum / Binders 5% Aggregate Cement Binders 95% Calcite / Binders 5% Aggregate Cement Binders 95% Aggregate Gypsum / Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 2 of 17 % of (Analysis (Analyst Layer Date 65% 03/20 TS 35% 55% 45% 15% 03/20 TS 85% 65% 03/20 TS 35% 100% 65% 03/20 TS 35% 15% 85% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB1- Insulation (Yellow) 031124-009 Paper / Foil Wrap (Tan / Silver) White Mastic (White / Blue) CFW-BSB1- Insulation (Yellow) 031124-010 Paper / Foil Wrap (Tan / Silver) White Mastic (White / Blue) NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 3 of 17 % Of Sample Components P 85% Mineral Wool Fibers Resin Binders 10% Cellulose Fibers Glass Wool Fibers Metal Foil 5% Wollastonite Binders / Fillers 85% Mineral Wool Fibers Resin Binders 10% Cellulose Fibers Glass Wool Fibers Metal Foil 5% Wollastonite Binders / Fillers % of (Analysis (Analyst Layer Date 95% 03/20 TS 5% 60% 20% 20% 5% 95% 95% 03/20 TS 5% 60% 20% 20% 5% 95% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB1- Insulation (Yellow) 031124-011 Paper / Foil Wrap (Tan / Silver) White Mastic (White / Blue) CFW-BSB1- Caulking (Tan) 031124-012 CFW-BSB1- Caulking (Tan) 031124-013 CFW-BSB1- Caulking (Tan) 031124-014 CFW-BSB1- Caulking (White / Clear) 031124-015 CFW-BSB1- Caulking (White / Clear) 031124-016 CFW-BSB1- Caulking (White / Clear) 031124-017 CFW-IBG- Sealant (Gray) 031124-018 CFW-IBG- Sealant (Gray) 031124-019 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 4 of 17 /o Of Components /o of Analysis Analyst Sample P Layer Date y 60% Mineral Wool Fibers 95% 03/20 TS Resin Binders 5% 30% Cellulose Fibers 60% Glass Wool Fibers 20% Metal Foil 20% 10% Wollastonite 5% Binders / Fillers 95% 100% Binders / Fillers 100% 03/20 TS 100% Binders / Fillers 100% 03/20 TS 100% Binders / Fillers 100% 03/20 TS 100% Silicone Binders 100% 03/20 TS 100% Silicone Binders 100% 03/20 TS 100% Silicone Binders 100% 03/20 TS 100% Calcite 60% 03/21 BS Binders / Fillers 40% 100% Calcite 60% 03/21 BS Binders / Fillers 40% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-IBG- Sealant (Gray) 031124-020 CFW-BSB2- CMU (Grey) 031124-021 Filler Material (White) CFW-BSB2- CMU (Grey) 031124-022 Filler Material (White) CFW-BSB2- CMU (Grey) 031124-023 Filler Material (Tan) % Of Components Sample P 100% Calcite Binders / Fillers 10% Aggregate Cement Binders 90% Calcite Binders / Fillers 20% Aggregate Cement Binders 80% Calcite Binders / Fillers 5% Aggregate Cement Binders 95% Calcite Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 5 of 17 % of (Analysis (Analyst Layer Date 60% 03/21 BS 40% 65% 03/21 BS 35% 15% 85% 65% 03/21 BS 35% 15% 85% 65% 03/21 BS 35% 15% 85% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB2- CMU (Grey) 031124-024 Mortar (Light Tan) Filler Material (Tan) CFW-BSB2- CMU (Grey) 031124-025 Mortar (Light Tan) Filler Material (Tan) CFW-BSB2- Plaster (Grey) 031124-026 Paint / Texture (Tan) % Of Sample Components P 5% Aggregate Cement Binders 40% Aggregate Cement Binders 55% Calcite Binders / Fillers 5% Aggregate Cement Binders 55% Aggregate Cement Binders 40% Calcite Binders / Fillers 5% Aggregate Calcite / Binders 95% Calcite Pigment / Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 6 of 17 % of (Analysis (Analyst Layer Date 65% 03/21 BS 35% 65% 35% 15% 85% 65% 03/21 BS 35% 65% 35% 15% 85% 65% 03/21 BS 35% 25% 75% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB2- Plaster (Grey) 031124-027 Paint / Texture (Tan) CFW-BSB2- Plaster (Grey) 031124-028 Paint / Texture (Tan) CFW-BSB2- Insulation (Yellow) 031124-029 Paper / Foil Wrap (Tan / Silver) Glass Fiber Wrap (White) White Mastic (Off -White) % Of Components P Sample 5% Aggregate Calcite / Binders 95% Calcite Pigment / Binders 40% Aggregate Calcite / Binders 60% Calcite Pigment / Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 7 of 17 % of (Analysis (Analyst Layer Date 65% 03/21 BS 35% 25% 75% 65% 03/21 BS 35% 25% 75% 93% Mineral Wool Fibers 95% 03/21 BS Resin Binders 5% 2% Cellulose Fibers 60% Glass Wool Fibers 20% Metal Foil 20% <1% Glass Wool Fibers 100% 5% Wollastonite 5% Calcite / Binders 95% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB2- Insulation (Yellow) 031124-030 Paper / Foil Wrap (Tan / Silver) Glass Fiber Wrap (White) White Mastic (Off -White) CFW-BSB2- Insulation (Yellow) 031124-031 Paper / Foil Wrap (Tan / Silver) Glass Fiber Wrap (White) White Mastic (Off -White) CFW-BSB2- Caulking (Tan) 031124-032 CFW-BSB2- Caulking (Tan) 031124-033 NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 8 of 17 /o Of /o of Analysis Sample Components P Layer Date Analyst y 95% Mineral Wool Fibers 95% 03/21 BS Resin Binders 5% 2% Cellulose Fibers 60% Glass Wool Fibers 20% Metal Foil 20% <1% Glass Wool Fibers 100% 3% Wollastonite 5% Calcite / Binders 95% 55% Mineral Wool Fibers 95% 03/21 BS Resin Binders 5% 5% Cellulose Fibers 60% Glass Wool Fibers 20% Metal Foil 20% <1 % Glass Wool Fibers 100% 40% Wollastonite 5% Calcite / Binders 95% 100% Binders / Fillers 100% 03/21 BS 100% Binders / Fillers 100% 03/21 BS Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB2- Caulking (Tan) 031124-034 CFW-BSB2- Drywall Material (Light Pink) 031124-035 DW Paper / Tape (Tan / White) Joint Compound (White) Texture (White) CFW-BSB2- Drywall Material (Light Pink) 031124-036 DW Paper / Tape (Tan / White) Joint Compound (White) Texture (White) CFW-BSB2- Drywall Material (Light Pink) 031124-037 DW Paper / Tape (Tan / White) Joint Compound (White) Texture (White) % Of Components Sample P 100% Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 9 of 17 % of (Analysis (Analyst Layer Date 100% 03/21 BS 50% Cellulose Fibers Gypsum / Binders 15% Cellulose Fibers 15% Calcite / Talc / Binders 20% Calcite / Talc / Binders 15% Cellulose Fibers Gypsum / Binders 15% Cellulose Fibers 30% Calcite / Talc / Binders 40% Calcite / Talc / Binders 10% Cellulose Fibers Gypsum / Binders 25% Cellulose Fibers 20% Calcite / Talc / Binders 45% Calcite / Talc / Binders 5% 95% 100% 100% 100% 5% 95% 100% 100% 100% 5% 95% 100% 100% 100% 03/21 BS 03/21 BS 03/21 BS CFW-BSB2- Caulking (White) 100% Calcite 60% 03/21 BS 031124-038 Binders / Fillers 40% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-BSB2- Caulking (White) 031124-039 CFW-BSB2- Caulking (White) 031124-040 CFW-BSB2- Plaster (Light Grey) 031124-041 Sealant (Off -White) CFW-BSB2- Plaster (Light Grey) 031124-042 Sealant (Off -White) CFW-BSB2- Plaster (Light Grey) 031124-043 Sealant (Off -White) CFW-PS2- CMU (Grey) 031124-044 Texture (Off -White) % Of Components Sample P 100% Calcite Binders / Fillers 100% Calcite Binders / Fillers 30% Aggregate Calcite / Binders 70% Binders / Fillers <1 % Aggregate Calcite / Binders 100% Binders / Fillers <1% Aggregate Calcite / Binders 100% Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 10 of 17 % of (Analysis (Analyst Layer Date 60% 03/21 BS 40% 60% 03/21 BS 40% 65% 03/21 BS 35% 100% 65% 03/21 BS 35% 100% 65% 03/21 BS 35% 100% 5% Aggregate 65% 03/21 BS Cement Binders 35% 95% Calcite / Talc / Binders 100% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PS2- CMU (Grey) 031124-045 Paint / Texture (White / Yellow) CFW-PS2- CMU (Grey) 031124-046 Paint / Texture (White / Yellow) CFW-PS2- Plaster (Grey) 031124-047 Coating (White) CFW-PS2- Plaster (Grey) 031124-048 Coating (White) % Of Sample Components P 2% Aggregate Cement Binders 98% Talc Fibers Calcite Pigment / Binders 2% Aggregate Cement Binders 98% Talc Fibers Calcite Pigment / Binders 2% Aggregate Calcite / Binders 98% Binders / Fillers 2% Aggregate Calcite / Binders 98% Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 11 of 17 % of (Analysis (Analyst Layer Date 65% 03/20 HW 35% 5% 20% 75% 65% 03/20 HW 35% 5% 20% 75% 65% 03/20 HW 35% 100% 65% 03/20 HW 35% 100% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PS2- Plaster (Grey) 031124-049 Coating (White) CFW-PS2- Plaster (Grey) 031124-050 Coating (White) CFW-PS2- Plaster (Grey) 031124-051 Coating (White) CFW-PS2- Gasket (Blaxk) 031124-052 CFW-PS2- Gasket (Blaxk) 031124-053 CFW-PS2- Gasket (Blaxk) 031124-054 CFW-PS2- Gasket (Red) 031124-055 CFW-PS2- Gasket (Red) 031124-056 % Of Sample Components P 2% Aggregate Calcite / Binders 98% Binders / Fillers 2% Aggregate Calcite / Binders 98% Binders / Fillers 2% Aggregate Calcite / Binders 98% Binders / Fillers 100% Rubber Binders 100% Rubber Binders 100% Rubber Binders 100% Calcite Binders / Fillers 100% Calcite Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 12 of 17 % of (Analysis (Analyst Layer Date 65% 03/20 HW 35% 100% 65% 03/20 HW 35% 100% 65% 03/20 HW 35% 100% 100% 03/20 HW 100% 03/20 HW 100% 03/20 HW 60% 03/20 HW 40% 60% 03/20 HW 40% CFW-PS2- Gasket (Red) 100% Calcite 60% 03/20 HW 031124-057 Binders / Fillers 40% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PS2- Plaster (Grey) 031124-058 Paint / Texture (Orange) CFW-PS2- Plaster (Grey) 031124-059 Paint / Texture (Orange) CFW-PS2- Plaster (Grey) 031124-060 Paint / Texture (Orange) % Of Sample Components P 80% Aggregate Calcite / Binders 20% Chrysotile Perlite Calcite Pigment / Binders 80% Aggregate Calcite / Binders 20% Chrysotile Perlite Calcite Pigment / Binders 80% Aggregate Calcite / Binders 20% Chrysotile Perlite Calcite Pigment / Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 13 of 17 % of (Analysis (Analyst Layer Date 65% 03/20 HW 35% 5% 5% 25% 65% 65% 03/20 HW 35% 5% 5% 25% 65% 65% 03/20 HW 35% 5% 5% 25% 65% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PS2- Caulking (White) 031124-061 CFW-PS2- Caulking (White) 031124-062 CFW-PS2- Caulking (White) 031124-063 CFW-PS2- Window Glazing (Grey) 031124-064 CFW-PS2- Window Glazing (Grey) 031124-065 CFW-PS2- Window Glazing (Grey) 031124-066 CFW-PSI- Drywall Tile (Off -White) 031124-067 CFW-PS1- Drywall Tile (Off -White) 031124-068 % Of Sample Components P 100% Calcite Binders / Fillers 100% Calcite Binders / Fillers 100% Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers 100% Gypsum / Binders 100% Wood Fibers Gypsum / Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 14 of 17 % of (Analysis (Analyst Layer Date 60% 03/20 HW 40% 60% 03/20 HW 40% 60% 03/20 HW 40% 2% 03/20 HW 60% 38% 2% 03/20 HW 60% 38% 2% 03/20 HW 60% 38% 100% 03/20 HW 3% 03/20 HW 97% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PS1- Drywall Tile (Off -White) 031124-069 CFW-PS1- Gasket (Red) 031124-070 Yellow Mastic (Yellow) CFW-PSI- Gasket (Red) 031124-071 Yellow Mastic (Yellow) CFW-PSI- Gasket (Red) 031124-072 Yellow Mastic (Yellow) CFW-PS1- Caulking (Grey) 031124-073 CFW-PS1- Caulking (Grey) 031124-074 CFW-PSI- Caulking (Grey) 031124-075 % Of Sample Components P 100% Wood Fibers Gypsum / Binders 98% Binders / Fillers 2% Glue Binders 97% Binders / Fillers 3% Glue Binders 98% Binders / Fillers 2% Glue Binders 100% Chrysotile Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 15 of 17 % of (Analysis (Analyst Layer Date 3% 03/20 HW 97% 100% 03/20 HW 100% 100% 03/20 HW 100% 100% 03/20 HW 100% 2% 03/20 HW 60% 38% 2% 03/20 HW 60% 38% 2% 03/20 HW 60% 38% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PSI- Window Glazing (Grey) 031124-076 CFW-PSI- Window Glazing (Grey) 031124-077 CFW-PSI- Window Glazing (Grey) 031124-078 CFW-PSI- Caulking (White / Clear) 031124-079 CFW-PSI- Grey Caulking (Grey) 031124-080 White Caulking (White) CFW-PSI- Grey Caulking (Grey) 031124-081 White Caulking (White) % Of Components Sample P 100% Chrysotile Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers 100% Chrysotile Calcite Binders / Fillers 100% Silicone Binders 20% Calcite Binders / Fillers 80% Calcite Binders / Fillers 20% Calcite Binders / Fillers 80% Calcite Binders / Fillers NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 16 of 17 % of (Analysis (Analyst Layer Date 2% 03/20 HW 60% 38% 2% 03/20 HW 60% 38% 2% 03/20 HW 60% 38% 100% 03/20 HW 60% 03/20 HW 40% 60% 40% 60% 03/20 HW 40% 60% 40% Moody Labs PLM Detail Report 2051 Valley View Lane Supplement to PLM Summary Report Farmers Branch, TX 75234 Phone: (972) 241-8460 Client : Industrial Hygiene & Safety Technology Project : City of FTW, Village Creek WTP, 4500 Wilma, Arlington Project # : 23308_02 Sample Number I Layer CFW-PCT- Caulking (Red) 031124-082 CFW-PCT- Caulking (Red) 031124-083 CFW-PCT- Caulking (Red) 031124-084 CFW-PCT- Gasket (Black) 031124-085 CFW-PCT- Gasket (Black) 031124-086 % Of Components Sample P 100% Calcite Binders / Fillers 100% Calcite Binders / Fillers 100% Calcite Binders / Fillers 100% Synthetic Fibers Rubber Binders 100% Synthetic Fibers Rubber Binders NVLAP Lab Code 102056-0 TDSHS License No. 300084 Lab Job No.: 24B-03071 002 Report Date: 03/22/2024 Page 17 of 17 % of (Analysis (Analyst Layer Date 60% 03/20 HW 40% 60% 03/20 HW 40% 60% 03/20 HW 40% 30% 03/20 HW 70% 30% 03/20 HW 70% CFW-PCT- Gasket (Black) 100% Synthetic Fibers 30% 03/20 HW 031124-087 Rubber Binders 70% A,,,.I,tLe All IHST PRE \ T #: ( :DATE a3308- 02 3- 0-2.q , �j _ 3d ( P(,f11 S1 PROJECT TITLE: 11"lIgre Gp�K Gc/tP :INSFECTO�DH# i3R1(o PROJECT ADDRESS: a r j ^ ,, :CLIENT/CONTACT 1/S�/ t/, Z✓k a Ln e i �� 0 I Fo r� C% e r L -%X %(i O / Z Turnaround Time ( ) Immediate ( )1 Day ( ) 2 day (✓ 3 Day HOMO ESTIMATED TYPE F POTENTIAL AREA SAMPLE # QUANTITY of NF I CONDITION FOR RESPONSE # SAMPLE DESCRIPTION LOCATION (SF/LF/ea.) ACM NF II (G/D/SD) DISTURBANCE RATING l CFiA1-8s81-03t�1�Gr.�_ e" a T,cjtAr t Tolle �+' /urPry,. Awn Zi 380 Sf S AIF/ / G L 00Z c03 00(e 1,04 Ail Te"A.J'✓ �e v► �Ir�l/u e�LG�.�/�.i,r� ala- AN. � �f��sr S' vF'iL 007 I I I 00A `i V W V I \ _3 ®0 1ntwl �ar�&a 52LF i SI NF// G I L Ol U I I I V 0// y o/z I Ve^4 a Ibw"j l,(-AA v"A)Flj oq Released by: Date/Time: Received b . Date/Time: Released by: Date/Time: Received by. Date/Time: E-mail address: labresults@ihst.com Page / of 7 Industrial Hygiene & Safety Technology, Inc, + 2235 Keller Way + Carrollton, Texas 75006 + 972-478-7415 + Fax 972-478-7615 TDH License #10-0145 IHST PR� ;T #: 2 3308- 02- PROJECTTITLE: V" flare WTP PROJECT ADDRESS: 0 11Sn0 /,v, /Ao- LH �n7-X 7G0/2 HOMO AREA SAMPLE # A�«dyze A►1 C:DATE( g—J��J-II 331(a :INSPEC OR/TDH# F/66 :CLIENT/CONTACT Turnaround Time ( ) Immediate ( )1 Day ( ) 2 day ( ) 3 Day ESTIMATED TYPE F POTENTIAL RESPONSE SAMPLE DESCRIPTION LOCATION QUANTITY (SF/LF/ea.) of NF I ACM NF II CONDITION (G/D/SD) FOR RATING DISTURBANCE 'f �fw-8I B1-n1 a:�I-aN Vo r► G,ta 11t 5 cis 1Dder 11t O/4 I 1y 67,01 it 7- f S - l►2 - •P on I v231 ortl a I i GT 11 Released by: I j Released by. E-mail address: labresults@ihst.com A rda.,.,d l &,U v. A;4 (4 F ,t r a/Fi / C; AA5M^J SLA�k 7a544 / IF M NFi r G CQncre�t L ,r� I65F Ail. NFII G 'Top Pnri►ev, n� ngtw Are. u,a.US 2t584SF S A/F/I I Date/Time: Received by: DatelTime: Received by: I I I G-T4SF S AJF/ / G L L L w L L DatelTime: Date/Time: Page 2 of -7 Industrial Hygiene & Safety Technology, Inc. • 2235 Keller Way • Carrollton, Texas 75006 + 972-478-7415 + Fax 972-478-7615 TDH License #10-0145 A�ul�lze All IHST 4 ;T #; :DAT( 23308_ 02- PROJECT TITLE:/(A331(e :[NSPECTOR/TDH# PROJECT ADDRESS: 0 115�0 1Aj,4-,,,- L,., F.� wdrAl /k,"67mt :CLIENT/CONTACT l of am 7'y 7G,0/2 Turnaround Time ( ) Immediate ( )1 Day ( } 2 day (✓) 3 Day HOMO AREA ESTIMATED TYPE F POTENTIAL RESPONSE # SAMPLE # SAMPLE DESCRIPTION LOCATION QUANTITY of NF I (SF/LF/ea.) ACM NF II CONDITION FOR RATING (G/D/SD) DISTURBANCE 8 CFw-8782-o3ia�-a27 !u./� %�%,v $e44*,% e? I'Jrrei Gt,aW G7I/sF S' AlF!/ G L �_ 029 P� p�su�a��ish �. A�ro� �Lto. �F.a3tt Lc.�Cls 70 t F 7-5-2 NAriJ G L I a3o 1 I I `� I �o I 3z tAW_U ile,& I zSF /14 rii 16 I L 1 I 031 I I 1 I A. I� 1.3s I T C,rF S I I all I I w I I I z 1 ( m38 n.0t 1 aW&d ,a�V.A Vclitis zrF 1 M 1,/VF// 1 G I L Released by: Date/Time: I Received by: I Datel7me: Released by: Date/Time: I Received by. Date/Time: E-mail address: labresults@ihst.com Page 3 of 7 Industrial Hygiene & Safety Technology, Inc, + 2235 Keller Way + Carrollton, Texas 75006 + 972-478-7415 + Fax 972-478-7615 TDH License -#10-0145 (HST PRk. ;T #: 23308_ 02 PROJECT TITLE: 'lltc►e �'�r�K W TP PROJECT ADDRESS: 1/Sn0 1Aj, lx% - Ln T.X 7Go/2 i Ar��ize All :DATE 3-r1-2-y -030-! t . e 331(0 1� ro:INSPECTOWTDH# l :CLIENT/CONTACT Turnaround Time ( } Immediate ( )1 Day ( ) 2 day (✓) 3 Day HOMO ESTIMATED TYPE F POTENTIAL AREA RESPONSE # SAMPLE # SAMPLE DESCRIPTION LOCATION QUANTITY of NF I CONDITION FOR RATING (SF/LF/ea.) ACM NF II (G/D/SD) DISTURBANCE /_ �F4,-IIJ82-o3�f2'1-oyo ►"�ao2 Caw1K Aro,,w-1 Alg4t- c .Go J gL as 2 S F A4 Alf Ij G /3 G441 LrAdrta V lyd u S..to.k j. u,X-^. SI.10-S 9 SF AA NjI/ a L Q� w 643 14 �FW-T52-0311L'1-,GW k I keel r LtjV ik UX Lt .1 g32SF S I NF/1 I C: L I i o4SI I I I I I I W I O I ( w oil %Aerioh W" T�Lyluw � LOw2% Lt�1rl C�.►�. walls I �.�i1StF I S IA/F/i I G � 04% I I I I I I 0q9 ( I I I I I os, Ito I .� OS� I F�Laaa+� Gowk'eio I LoWe,r ru 2 SF Fi/ I c I L Released by. I Date/Time: I Received by: I Date/Time: Released by: I Date/Time: I Received by. Date/Time: E-mail address: labresults@ihst.com Page of 7 Industrial Hygiene & Safety Technology, Inc. • 2235 Keller Way • Carrollton, Texas 75006 972-478-7415 Fax 972-478-7615 TDH License#10-0145 IHST PRk :T #: 2 3308_ G2 PROJECT TITLE: 11,.11are ("-etK WTP PROJECT ADDRESS: a -VS/70 /.cv, jrh a Ln 0 HOMO AREA SAMPLE # # SAMPLE DESCRIPTION Cfw-PJ2-031124-0T3 � Caw,-�•. 8!«-�.lc G4.s� Qs� '1Z �cs R�eO �a.akM� 4� nC7 w 05-8 1 �tQ . R. m as'? I 04o I O61 1 �cxi�c.ta'�• ���� 06Z I Q 63 I a6S) J� Released by: Released by.- E-mail address: labresults@ihst.com Ahu-lyre All 3-0-2-4 / ;r /4 331 g a i Turnaround Time ( ) Immediate ( )1 Day ESTIMATED TYPE F LOCATION QUANTITY of NF I CONDITION (SF/LF/ea.) ACM NF II (G/D/SD) Lain C.�,k l Pions Lau.�i Lew j f3s \./ /"'..., Lacs "'e-Ae S'/" I w Date/Time: Date/Time: It SF AL .NFII I I 1 �•� 1 I � I w V✓ G r. �• �� I � ICI �I � Received by. Received by. :DATE :IN��- 03ow ECTOR/TDH# :CLIENT/CONTACT )2day (V)3Day POTENTIAL RESPONSE FOR RATING DISTURBANCE Date/Time: Date/Time: Page S of -7 Industrial Hygiene & Safety Technology, Inc, # 2235 Keller Way • Carrollton, Texas 75006 # 972-478-7415 # Fax 972-478-7615 TDH License #90-0945 Anwl'ize All 1HST PR(( :T #: :DATE 23308_ 02 .>► 3- 11-2�( ��8-030� PROJECT TITLE: 11"114re ���cK Gc/T� pc /r�331�0 :INSPECT DH# PROJECT ADDRESS: a 11Sn0 /,v, %a L^ 0-4q Q r :CLIENT/CONTACT (iw M 7-X 7(,o/Z Turnaround Time ( ) Immediate ( )1 Day ( ) 2 day (V) 3 Day HOMO AREA ESTIMATED TYPE F POTENTIAL RESPONSE SAMPLE # # SAMPLE DESCRIPTION LOCATION QUANTITY of NF I (SF/LF/ea.) ACM NF II CONDITION FOR (G/D/SD) DISTURBANCE RATING 20 (Fr,rP32-a3/12t(-o6G i.o�t�[o� {,(/�N.�ow �/os.tw� 1 �cl+ see,-� (oSF tic klirll 2l -Pt-o3Nz4-U.1 i'.n.l�r►s Pt„N.�.�S 0 (�A�tr Q�l Ge..�� . r�6SF Mt t✓1`11 G �- I OW Iw o6 g W w V r - , CV? I i 23 n,73 E_W�Crtcc W�r���w �saL.1l< �r�y�1NAW ��F M Itif,Ij I L I1.4 I I 0741 E%ktr1or I '/SF IAA I F/I I D I L I I I I G77I � I I I I I o781 .- �� I .'r I I ,, I Released by: DateMme: Received by: I Date/Time: Released by: I Date/Time: Received by. Date/Time: E-mail address: labresults@lhst.com Page of 7 Industrial Hygiene & Safety Technology, Inc. + 2235 Keller Way + Carrollton, Texas 75006 + 972.478-7415 Fax 972-478-7615 TDH License#10-0145 IHST PR(( ;T #: 23308_ 02- PROJECT TITLE: 1/'�'�rck G<JTP PROJECT ADDRESS: 0 #SnO /.(/, Irk a Lvn -rY 7G0 2 HOMO AREA SAMPLE # # SAMPLE DESCRIPTION cFw-Pl1-all 1t4_o79 zs I�,v 'D�ca Cam.\K c18 o v81 z G cFw-pCT o3tn►t-o8z f{<d G-m-A k,,4 , OS� w I 06q o 8S ' I I o8t I I i I I An..ly-Le All ( :DATE C(:g VCgOF(TDH# lare ;. tl OT F64 dL/X e � ��.... �� :CLIENT/CONTACT w am Turnaround Time { ) Immediate { )1 Day ( ) 2 day (/) 3 Day ESTIMATED TYPE F POTENTIAL RESPONSE QUANTITY of NF I LOCATION (SF/LF/ea.) ACM NF II CONDITION FOR (GlD/SD) DISTURBANCE RATING f=-X trt.f fie, Ft '--t I S E" M NP/1 (Z L aloc.k �►;� nee rtl.. � Tawlu w w1A 1# 1 Z.�pS -Ara ,if zya5F In J✓J� / l < I I I I Released by: Date/Time: I Received by: I Date/Time: I Released by: Date/Time: I Received by: I Date/Time: E-mail address: labresults@ihst.com Page 7 \, of 7 Industrial Hygiene & Safety Technology, Inc, • 2235 Keller Way 0 Carrollton, Texas 75006 + 972-478-7415 + Fax 972-478-7615 TDH License #10-0945 Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 Appendix: Appendix C: Bulk Summary Report Asbestos Survey Appendix City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Indu'nal Hygiene and Arlington, TX 76012 Salary Technology, Inc. Table 1. Summary of Bulk Sample Analysis and Assessment City of Fort Worth Village Creek Wastewater Treatment Plant 4500 Wilma Lane Arlington, TX 76012 Survey Date(s): 3/11/2024 through 3/11/2024 Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID# Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- CMU Texture BSB1 - Top Portion of Walls in NAD - CMU 2380 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 01) Open Area NAD - Texture 001 CFW- CMU Texture BSB1 - Top Portion of Walls in NAD - CMU 2380 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 01) Open Area NAD - Texture 002 CFW- CMU Texture BSB1 - Top Portion of Walls in NAD - CMU 2380 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 01) Open Area NAD - Texture 003 CFW- CMU Texture BSB1 - Top Portion of Walls in NAD - CMU 2380 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 01) Open Area NAD - Texture 004 CFW- CMU Texture BSB1 - Top Portion of Walls in NAD - CMU 2380 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 01) Open Area NAD - Texture 005 CFW- Wall Texture BSB1 - Bottom Portion of NAD - Texture 688 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 02) Walls in Open Area 006 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 1 of 12 4500 Wilma Lane W,,trizl Hygiene zM Arlington, TX 76012 Safely Technology, Inc. Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID # Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Wall Texture BSB1 - Bottom Portion of NAD - Texture 688 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 02) Walls in Open Area 007 CFW- Wall Texture BSB1 - Bottom Portion of NAD - Texture 688 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 02) Walls in Open Area 008 CFW- Pipe Insulation BSB1 -Along Interior East NAD - Insulation 52 I.f. TSI NF II Good Low 0 031124- (homogeneous area # 03) Wall NAD - Paper / Foil Wrap 009 NAD -White Mastic CFW- Pipe Insulation BSB1 -Along Interior East NAD - Insulation 52 I.f. TSI NF II Good Low 0 031124- (homogeneous area # 03) Wall NAD - Paper / Foil Wrap 010 NAD -White Mastic CFW- Pipe Insulation BSB1 -Along Interior East NAD - Insulation 52 I.f. TSI NF II Good Low 0 031124- (homogeneous area # 03) Wall NAD - Paper / Foil Wrap 011 NAD -White Mastic CFW- Tan Caulk (homogeneous BSB1 - Around Wall Vents NAD - Caulking 6 s.f. Misc NF II Good Low 0 031124- area # 04) 012 CFW- Tan Caulk (homogeneous BSB1 - Around Wall Vents NAD - Caulking 6 s.f. Misc NF II Good Low 0 031124- area # 04) 013 CFW- Tan Caulk (homogeneous BSB1 - Around Wall Vents NAD - Caulking 6 s.f. Misc NF II Good Low 0 031124- area # 04) 014 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 2 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 S90y Technology, Inc. Samplejjjjjjj� Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response IN Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- White / Clear Caulk BSB1 - Around South Door NAD - Caulking 1 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 05) 015 CFW- White / Clear Caulk BSB1 -Around South Door NAD - Caulking 1 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 05) 016 CFW- White / Clear Caulk BSB1 -Around South Door NAD - Caulking 1 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 05) 017 CFW- Gray Sealant IBG - Concrete Landing NAD - Sealant 18 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 06) 018 CFW- Gray Sealant IBG - Concrete Landing NAD - Sealant 18 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 06) 019 CFW- Gray Sealant IBG - Concrete Landing NAD - Sealant 18 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 06) 020 CFW- CMU Texture BSB2 - Top Portion of Open NAD - CMU 2584 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 07) Area Walls NAD - Filler Material 021 CFW- CMU Texture BSB2 - Top Portion of Open NAD - CMU 2584 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 07) Area Walls NAD - Filler Material 022 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 3 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 S90y Technology, Inc. Sam ejjjjjjj� Sample DescI Material Location Percent & TYPe of Estimated Type of ACM Friability Physical Potential for Response ID# Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- CMU Texture BSB2 - Top Portion of Open NAD - CMU 2584 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 07) Area Walls NAD - Filler Material 023 CFW- CMU Texture BSB2 - Top Portion of Open NAD - CMU 2584 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 07) Area Walls NAD - Mortar 024 NAD -Filler Material CFW- CMU Texture BSB2 - Top Portion of Open NAD - CMU 2584 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 07) Area Walls NAD - Mortar 025 NAD -Filler Material CFW- Wall Texture BSB2 - Bottom Portion of NAD - Plaster 674 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 08) Open Area Walls NAD - Paint / Texture 026 CFW- Wall Texture BSB2 - Bottom Portion of NAD - Plaster 674 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 08) Open Area Walls NAD - Paint / Texture 027 CFW- Wall Texture BSB2 - Bottom Portion of NAD - Plaster 674 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 08) Open Area Walls NAD - Paint / Texture 028 CFW- Pipe Insulation BSB2 - Along Open Area NAD - Insulation 70 I.f. TSI NF II Good Low 0 031124- (homogeneous area # 09) North & East Walls NAD - Paper / Foil Wrap 029 NAD -White Mastic CFW- Pipe Insulation BSB2 - Along Open Area NAD - Insulation 70 I.f. TSI NF II Good Low 0 031124- (homogeneous area # 09) North & East Walls NAD - Paper / Foil Wrap 030 NAD -White Mastic Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 4 of 12 4500 Wilma Lane h,,,,,;,,Nygi—.nd Arlington, TX 76012 S90y Technology, Inc. Samplejjjjjjj� Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID# Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Pipe Insulation BSB2 - Along Open Area NAD - Insulation 70 I.f. TSI NF II Good Low 0 031124- (homogeneous area # 09) North & East Walls NAD - Paper / Foil Wrap 031 NAD -White Mastic CFW- Tan Caulk (homogeneous BSB2 - Around Wall Vents NAD - Caulking 2 s.f. Misc NF II Good Low 0 031124- area # 10) 032 CFW- Tan Caulk (homogeneous BSB2 - Around Wall Vents NAD - Caulking 2 s.f. Misc NF II Good Low 0 031124- area # 10) 033 CFW- Tan Caulk (homogeneous BSB2 - Around Wall Vents NAD - Caulking 2 s.f. Misc NF II Good Low 0 031124- area # 10) 034 CFW- Drywall w/ Joint Compound BSB2 - Office - Southwest NAD - Drywall Material 350 s.f. Misc NF II Good Low 0 031124- & Orange Peel Texture Corner Wall NAD - Joint Compound 035 (homogeneous area # 11) NAD -Texture CFW- Drywall w/ Joint Compound BSB2 - Office - Southwest NAD - Drywall Material 350 s.f. Misc NF II Good Low 0 031124- & Orange Peel Texture Corner Wall NAD - Joint Compound 036 (homogeneous area # 11) NAD -Texture CFW- Drywall w/ Joint Compound BSB2 - Office - Southwest NAD - Drywall Material 350 s.f. Misc NF II Good Low 0 031124- & Orange Peel Texture Corner Wall NAD - Joint Compound 037 (homogeneous area # 11) NAD -Texture CFW- White Caulk (homogeneous BSB2 - Around North & South NAD - Caulking 2 s.f. Misc NF II Good Low 0 031124- area # 12) Doors 038 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 5 of 12 4500 Wilma Lane h,,,,,;,,Nygi—.nd Arlington, TX 76012 S90y Technology, Inc. Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID # Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- White Caulk (homogeneous BSB2 - Around North & South NAD - Caulking 2 s.f. Misc NF II Good Low 0 031124- area # 12) Doors 039 CFW- White Caulk (homogeneous BSB2 - Around North & South NAD - Caulking 2 s.f. Misc NF II Good Low 0 031124- area # 12) Doors 040 CFW- Exterior Wall Sealant BSB2 - East & West Wall NAD - Plaster 9 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 13) Seams NAD - Sealant 041 CFW- Exterior Wall Sealant BSB2 - East & West Wall NAD - Plaster 9 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 13) Seams NAD - Sealant 042 CFW- Exterior Wall Sealant BSB2 - East & West Wall NAD - Plaster 9 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 13) Seams NAD - Sealant 043 CFW- CMU Texture PS2 - Upper Level Walls NAD - CMU 832 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 14) NAD - Texture 044 CFW- CMU Texture PS2 - Upper Level Walls NAD - CMU 832 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 14) NAD - Paint / Texture 045 CFW- CMU Texture PS2 - Upper Level Walls NAD - CMU 832 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 14) NAD - Paint / Texture 046 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 6 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 SOdy Technology, Inc. Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response IN Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Interior Wall Texture PS2 - Lower Level Ceilings & NAD - Plaster 1425 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 15) Walls NAD - Coating 047 CFW- Interior Wall Texture PS2 - Lower Level Ceilings & NAD - Plaster 1425 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 15) Walls NAD - Coating 048 CFW- Interior Wall Texture PS2 - Lower Level Ceilings & NAD - Plaster 1425 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 15) Walls NAD - Coating 049 CFW- Interior Wall Texture PS2 - Lower Level Ceilings & NAD - Plaster 1425 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 15) Walls NAD - Coating 050 CFW- Interior Wall Texture PS2 - Lower Level Ceilings & NAD - Plaster 1425 s.f. Surfacing NF II Good Low 0 031124- (homogeneous area # 15) Walls NAD - Coating 051 CFW- Black Gasket PS2 - Lower Level Pipes NAD - Gasket 24 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 16) 052 CFW- Black Gasket PS2 - Lower Level Pipes NAD - Gasket 24 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 16) 053 CFW- Black Gasket PS2 - Lower Level Pipes NAD - Gasket 24 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 16) 054 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 7 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 SOdy Technology, Inc. Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID # Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Red Gasket (homogeneous PS2 - Lower Level Pipes NAD - Gasket 16 s.f. Misc NF II Good Low 0 031124- area # 17) 055 CFW- Red Gasket (homogeneous PS2 - Lower Level Pipes NAD - Gasket 16 s.f. Misc NF II Good Low 0 031124- area # 17) 056 CFW- Red Gasket (homogeneous PS2 - Lower Level Pipes NAD - Gasket 16 s.f. Misc NF II Good Low 0 031124- area # 17) 057 CFW- Exterior Sand Texture PS2 - Concrete Slab NAD - Plaster 312 s.f. Surfacing NF II Good Low 1 031124- (homogeneous area # 18) 5% CH - Paint / Texture 058 CFW- Exterior Sand Texture PS2 - Concrete Slab NAD - Plaster 312 s.f. Surfacing NF II Good Low 1 031124- (homogeneous area # 18) 5% CH - Paint / Texture 059 CFW- Exterior Sand Texture PS2 - Concrete Slab NAD - Plaster 312 s.f. Surfacing NF II Good Low 1 031124- (homogeneous area # 18) 5% CH - Paint / Texture 060 CFW- Exterior White Caulk PS2 - Around Doors & NAD - Caulking 8 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 19) Windows 061 CFW- Exterior White Caulk PS2 - Around Doors & NAD - Caulking 8 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 19) Windows 062 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 8 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 SOdy Technology, Inc. Samplejjjjjjj� Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response IN Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Exterior White Caulk PS2 - Around Doors & NAD - Caulking 8 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 19) Windows 063 CFW- Interior Window Glazing PS2 - Windows 2% CH - Window Glazing 6 s.f. Misc NF II Good Low 1 031124- (homogeneous area # 20) 064 CFW- Interior Window Glazing PS2 - Windows 2% CH - Window Glazing 6 s.f. Misc NF II Good Low 1 031124- (homogeneous area # 20) 065 CFW- Interior Window Glazing PS2 - Windows 2% CH - Window Glazing 6 s.f. Misc NF II Good Low 1 031124- (homogeneous area # 20) 066 CFW- Ceiling Panels PSI - Upper Level Ceiling NAD - Drywall Tile 180 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 21) 067 CFW- Ceiling Panels PSI - Upper Level Ceiling NAD - Drywall Tile 180 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 21) 068 CFW- Ceiling Panels PSI - Upper Level Ceiling NAD - Drywall Tile 180 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 21) 069 CFW- Red Gasket (homogeneous PSI - Lower Level Pipes NAD - Gasket 10 s.f. Misc NF II Good Low 0 031124- area # 22) NAD - Yellow Mastic 070 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 9 of 12 4500 Wilma Lane I- Ofi,,Nygi—.nd Arlington, TX 76012 SOdy Technology, Inc. Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID # Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Red Gasket (homogeneous PS1 - Lower Level Pipes NAD - Gasket 10 s.f. Misc NF II Good Low 0 031124- area # 22) NAD - Yellow Mastic 071 CFW- Red Gasket (homogeneous PSI - Lower Level Pipes NAD - Gasket 10 s.f. Misc NF II Good Low 0 031124- area # 22) NAD - Yellow Mastic 072 CFW- Exterior Gray Window PSI -Around Window 2% CH - Caulking 1 s.f. Misc NF II Good Low 1 031124- Caulk (homogeneous area 073 # 23) CFW- Exterior Gray Window PSI -Around Window 2% CH - Caulking 1 s.f. Misc NF II Good Low 1 031124- Caulk (homogeneous area 074 # 23) CFW- Exterior Gray Window PSI -Around Window 2% CH - Caulking 1 s.f. Misc NF II Good Low 1 031124- Caulk (homogeneous area 075 # 23) CFW- Exterior Window Glazing PSI -Window 2% CH - Window Glazing 4 s.f. Misc NF II Good Low 1 031124- (homogeneous area # 24) 076 CFW- Exterior Window Glazing PSI -Window 2% CH - Window Glazing 4 s.f. Misc NF II Good Low 1 031124- (homogeneous area # 24) 077 CFW- Exterior Window Glazing PSI -Window 2% CH - Window Glazing 4 s.f. Misc NF II Good Low 1 031124- (homogeneous area # 24) 078 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 10 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 SOdy Technology, Inc. Sample Sample Description Material Location Percent & Type of Estimated Type of ACM Friability Physical Potential for Response ID # Asbestos Detected (a) Quantity (b) (c) Condition Disturbance Rating CFW- Caulk (homogeneous area PS1 - Exterior Door Frame NAD - White / Clear Caulking 1 s.f. Misc NF II Good Low 0 031124- # 25) 079 CFW- Caulk (homogeneous area PSI - Exterior Door Frame NAD - Gray Caulking 1 s.f. Misc NF II Good Low 0 031124- # 25) NAD - White Caulking 080 CFW- Caulk (homogeneous area PSI - Exterior Door Frame NAD - Gray Caulking 1 s.f. Misc NF II Good Low 0 031124- # 25) NAD - White Caulking 081 CFW- Gasket (homogeneous area PCT - Black Pipes North of NAD - Red Caulking 8 s.f. Misc NF II Good Low 0 031124- # 26) Tanks 082 CFW- Gasket (homogeneous area PCT - Black Pipes North of NAD - Red Caulking 8 s.f. Misc NF II Good Low 0 031124- # 26) Tanks 083 CFW- Gasket (homogeneous area PCT - Black Pipes North of NAD - Red Caulking 8 s.f. Misc NF II Good Low 0 031124- # 26) Tanks 084 CFW- Black Gasket PCT - White Pipes Around NAD - Gasket 240 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 27) Tanks 085 CFW- Black Gasket PCT - White Pipes Around NAD - Gasket 240 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 27) Tanks 086 Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 11 of 12 4500 Wilma Lane h,,,,,;,,Nygm...d Arlington, TX 76012 SOdy Technology, Inc. Sam ejjjjjjj� Sample DescI Material Location Percent & TYPe of Estimated Type of ACM Friability Physical Potential for Response ID# Asbestos Detected (a) Quantity (b) (c) Condition I Disturbance I Rating CFW- Black Gasket PCT - White Pipes Around NAD - Gasket 240 s.f. Misc NF II Good Low 0 031124- (homogeneous area # 27) Tanks 087 Table Key: (a) CH = Chrysotile; AM = Amosite; CR = Crocidolite; AN = Anthophyllite; AC = Actinolite; NAD = NAD = No Asbestos Detected (b) Misc = Miscellaneous; TSI = Thermal Systems Insulation (c) F = Friable; NF I = Non -Friable Category I; NF II = Non -Friable Category II Asbestos Survey- IHST 23308 Bulk Sample Analysis and Assessment Summary City of Fort Worth - Village Creek Wastewater Treatment Plant Page 12 of 12 4500 Wilma Lane h,,,,,;,,Nygm..nd Arlington, TX 76012 SOdy Technology, Inc. Industrial Hygiene and Safety Technology, Inc. IHST Project Number: 23308 Appendix: Appendix D: Photographs Asbestos Survey Appendix City of Fort Worth - Village Creek Wastewater Treatment Plant 4500 Wilma Lane Ind,'H,l Hygiene and Arlington, TX 76012 S*ty Technalogy, Inc. City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Samples CFW-BSB1-031124-001 - 005 it Samples CFW-BSB1-031124-009 - 011 f Samples CFW-BSB1-031124-015 - 017 Samples CFW-BSB1-031124-006 - 008 Samples CFW-BSB1-031124-012 - 014 Samples CFW-IBG-031124-018 - 020 City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 a L *I Samples CFW-BSB2-031124-021 - 025 Samples CFW-BSB2-031124-029 - 031 Samples CFW-BSB2-031124-035 - 037 Samples CFW-BSB2-031124-026 - 028 Samples CFW-BSB2-031124-032 - 034 1 r` Samples CFW-BSB2-031124-038 - 040 City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Samples CFW-BSB2-031124-041 - 043 4 Samples CFW-PS2-031124-047 - 051 Samples CFW-PS2-031124-055 - 057 T :l,. ZZ".- r-, +, Samples CFW-PS2-031124-044 - 046 taw Samples CFW-PS2-031124-052 - 054 Samples CFW-PS2-031124-058 - 060 City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Samples CFW-PS2-031124-061 - 063 Samples CFW-PS2-031124-064 - 066 Samples CFW-PS1-031124-067 - 069 Samples CFW-PS1-031124-073 - 075 Samples CFW-PS1-031124-070 - 072 do r Samples CFW-PS1-031124-076 - 078 City of Fort Worth Village Creek Waste Water Treatment Plant 4500 Wilma Ln Arlington, Texas March 11, 2024 Samples CFW-PS1-031124-079 - 081 Samples CFW-PCT-031124-085 - 087 IF Samples CFW-PCT031124-082 - 084 4