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