Loading...
HomeMy WebLinkAboutContract 32059 r r SPECIAL CONTRACT DOCUMENTS FOR LAKE WORTH SOUTH SHORE LOW PRESSURE SEWER SYSTEM WATER DEPARTMENT PROJECT NO. Pl 71-070171131150 �' EXECUTED CHARLES BOSW ELL CITY MANAGER S. FRANK CRUMB, P.E. INTERIM DIRECTOR PC WATER DEPARTMENT Po A. DOUGLAS RADEMAKER, P.E. S. FRANK CRUMB, P.E. DIRECTOR ENGINEERING MANAGER DEPARTMENT OF ENGINEERING WATER DEPARTMENT fIRIGINAL 318-320OLP ADDENDUM NO. 'I TO PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR CITY OF FORT WORTH LAKE WORTH SOUTH SHORE LOW PRESSURE. SEWER SYSTEM TO PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications and Contract Documents shall be modified as required by the following items: Item 1-1 Specifications, Minority and Women Business Enterprise Specifications: The City's MBE1W BE goal on this project is 24 percent of the base bid value of the contract. Regardless of the initial omission of this goal from the Special Contract Documents, all bidders will be expected to meet or exceed the City's MBEfWBE goal or give a good faith effort. Delete the "Special Instructions for Bidders" in its entirety and replace with the attached "Special Instructions for Bidders" (ATTACHMENT 1-AD1). Delete the "Subcontractors/Suppliers Utilization Form" in its entirety and replace with the attached " Subcontractors/Suppliers Utilization 'Form " (ATTACHMENT 2-AD1). Delete the "Prime Contractor Waiver Form" in its entirety and replace with the attached "Prime Contractor Waiver" (ATTACHMENT 3-AD1). Delete the"Good Faith Effort Form"in its entirety and replace with the attached"Good Faith Effort" (ATTACHMENT 4-AD1). Delete the"Joint Venture Eligibility Form "in Its entirety and replace with the attached"Joint Venture Eligibility Form" (ATTACHMENT 5-AD1). Item 1-2 Specifications, 15035 — HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE.- Part IPE:Part 2.05, add the following after section G.: _ H. Furnish three (3) 1.25-inch service connection assemblies per the standard detail. 1 FAproiectsQ1M320MSpecslLP&ADDENDUM_1.doc Addendum No. 1 - Page 1 318-320OLP - Itern 1-3 Specifications, 15035- HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE: Part 3.01 B. 1.: Change "temperature requirement of 450°F" to "temperature requirement of 400- 4500I=". Delete the last sentence and replace with the following: "The Contractor shall be responsible to verify that the fusion equipment is in good operating condition. The pipe supplier shall provide training to the Contractor and Owner on pipe and electrofusion installation and repair. Training shall be completed pricer to beginning the pipeline installation. All operators working on the pipeline throughout the duration of the project shall be trained by the pipe supplier. Training shall be included as part of the bid." All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. Jeffrey E. Caffey, P.E. .rSi.l "pF 'r'�i March 8, 2005 i■,:' T$r . +!+ I JEFFF :...........:' dEY . ............��FFY... 81896 F,tprojects1318132001SpeWLPS1ADDENDUM_1 doc Addendum No. 1 - Page 2 318-320OLP ADDENDUM NO, 2 TO PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR CITY OF FORT WORTH LAKE WORTH SOUTH SHORE LOW PRESSURE SEWER SYSTEM TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications and Contract Documents small be modified as required by the following iterns- Item 2-1 Specifications, Section 15035— HIGH DENSITY POLYETHYLENE {HDPE} PRESSURE PIPE: Part 2.01 C.: Change "Rinker Materials Polypipe" to "Polypipe, Inc." Part 2.05: Add the fallowing sentence to the end of the first paragraph: "All equipment provided to the OWNER shah have a two-year warranty." Part 2.05 A.: Delete the last sentence. Part 2.05 B.: Delete the third sentence. Item 2-2 Plans, G-002, GENERAL CONSTRUCTION NOTES: Delete the first sentence of Note 19 and replace with the following: "THE SERVICE CONNECTION ASSEMBLY SHALL BE LOCATED ON THE PROPERTY LINE, 5° FROM THE SIDE PROPERTY LINE WITHIN THE UTILITY EASEMENT, IF THE PROPERTY LINE IS IN THE ROAD OR NEARER THAN 8'TO ok THE EDGE OF PAVEMENT, THE SERVICE CONNECTION ASSEMBLY SHALL BE LOCATED 8" BEYOND EDGE OF PAVEMENT." FVroiectsl3t$'t3200tspecslLPS\ADDENDUM-2.doc Addendum No. 1 - Page 1 318-320OLP Item 2-2 continued Add the following sentence to Note 44: "STAGING AREA LOCATIONS TO BE COORDINATED WITH THE OWNER." Add the following note: "51. THE LOCATION OF THE FORCEMAIN CLEANOUTS SHALL BE ADJUSTED AS NECESSARY TO BE AT HIGH POINTS IN THE LINE TO SERVE AS MANUAL AIR RELEASE. COORDINATE WITH ENGINEER." Item 2-3 Plans, C-901, FLUSHING AND CLEANOUT CONNECTION, PLAN: Change "2" OR 3" DR 11 HDPE WYE, TYPICAL to "2" DR 7 OR 3" DR 11 HDPE WYE, TYPICAL", All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID 'ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. Jeffrey E. Caffey, P.E. .•� F T March 21, 2005 r t �• �� . JEFFREY E.CAFFEY. . 81898 •+w�� L f,���sE � �0;•' f T 3 zr�d� �. F:4pro{ects1318132001Specs\LPS1ADDENDUMg2.doc Addendum No. 1 - Page 2 318-3200 LP CITY OF FORT WORTH, TEXAS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR LAKE WORTH LOW PRESSURE SEWER SYSTEM TABLE OF CONTENTS Table of Contents PART A Notice to Bidders Special Instructions to Bidders PART B Proposal Minority and Women Business Enterprises Specifications (Including MWBE Ordinance) PART C General Conditions f PART C1 Supplementary Conditions PART D Special Conditions PART E Technical Specifications 01001 -General Construction Requirements 01010 - Construction Sequence Items 01301 - Contractor's Submittals 02226 - Pipe Boring 02778 - Erosion Control Blankets 02934 - Seeding 15002 - Field Testing of HDPE Pressure Pipe Systems 15035 - High Density Polyethylene (HDPE) Pressure Pipe 15100 - Valves F PART F Bonds and Insurance PART G Contract APPENDIX A STORM WATER POLLUTION PREVENTION PLAN APPENDIX B - PROJECT SIGN APPENDIX C - SOIL BORING LOGS FAprojects\316132001SperslLPS\TableafCan1ents doc I PART A NOTICE TO BIDDERS 318-3200LP PART A - NOTICE TO BIDDERS Sealed proposals for the furnishing of all labor, materials, and equipment for construction of the Lake Worth South Shore Low pressure Sewer System, Water Department Project Number P171- 0701711?1150, addressed to Purchasing Manager of the City of Fort Worth, will be received until 1:30 p.m. on the date of the bid opening, at the Office of the Purchasing Division, located in the lower level of the Municipal Building, 1000 Throckmorton Street, Fort Worth,Texas 76102. The bids will be publicly opened and read aloud in the City Council Chambers at: 2:00 p.m., Thursday, March 24, 2005 Special Contract Documents, including pians and detailed specifications. have been prepared for this project and may be obtained from the office of Alan Plummer Associates, Inc., 7524 Mosier View Court, Suite 200, Fort Worth, Texas 7011$. One set of documents will be provided to prospective bidders on a non-refundable basis for thirty dollars($30). Additional sets may be purchased on a non-refundable basis for eighty dollars ($80) per set. General Contract Documents and Specifications for the Water Department projects, dated July 20, 2000, with the latest revisions, also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-refundable fee of fifty dollars ($50)for each set,at the Engineering Service Division Office of the Fort Worth Water Department, 1000 Throckmorton Street. Fort Worth, Texas 76102. A pre-bid conference will be held at 10:00 a.m.,Tuesday, March 15, 2005, at the Water Department Field Operations Trailer Training Room, 1508 11 th Avenue, Fort Worth,Texas 76102. Engineer will transmit to all prospective bidders of record such Addenda, as Engineer considers necessary in response to questions arising at the conference. Pre-qualification according to the Fort Worth Water Department Contract Specifications(as listed in Special Instructions to Bidders) :s required. All bidders must submit pre-qualification documentation with the City of Fort Worth Water Department a minimum of seven (7) days phorto the bid opening. The City reserves the right to reject any and all Bids and waive any and all irregularities. No bid may be withdrawn until the expiration of ninety (90) days from the date the Bids are received. For additional information, please contact Jeff Caffey at Alan Plummer Associates, Inc., at (817) 806-1700. Charles Boswell City Manager FMartha Hendrix City Secretary Publication Dates. February 24, 2005 r March 3, 2005 1 F.(projectsl318l32001Spm,;ILPSIPart A doc A-1 SPECIAL INSTRUCTION TO BIDDERS (WATER DEPARTMENT) 1. PREQUALIFICATION REQUIREMENT.-Al contractors submitting bids are required to be prequalified by the Fart Worth Water Department prior to submitting bids. This Prequalification Process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department at least seven (7) calendar days prior to the date of the opening of bids. (a) The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification, (b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and technical level as that of the project for which bids are to be received. (c) The Director of the Water Department shall be the sole judge as to the acceptability for financial qualification to bid on any Fort Worth Water Department project. (d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as such. (e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or expertise. (f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. (g) The City will attempt to notify prospective bidders whose qualifications ;financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a waiver of any necessary prequalification. 2. BID-SECURITY: A cashier's check or acceptable bidder's bond payable to the City of Fort Worth in an amount of not less than five percent (5 %) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within (10) days after the F_IpsojectsO 190200\Specs1LPSTan A-spec inst.doc -I- contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) the total capital and surplus. _ 3. BONDS; A performance bond, a payment. bond and a 2-year maintenance bond each for one hundred (100%) percent of the contract price will be required, Reference C 3-3.7. 4_ WAGE RATES- Not less than the prevailing wage rates established by the City of Fort Worth, Texas and as set forth in the contract documents must be paid on this project. 5. AMBIGUITY; In the case of ambiguity or lack of clearness in stating prices in the Proposal the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. S. BIDDER LICENSE. Bidder must be a licensed Contractor in the State of Texas. 7. NONRESIDENT BIDDERS. Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the State in which the nonresident's principal place of business is located. Nonresident bidder means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in the State of Texas. This provision does not apply if this contract involves Federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 8. PAYMENT: If the contract amount is $25,000 or less, the contract amount shall be paid within forty-five (45) calendar days after completion and acceptance by the City. 9. AGE. In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it, nor any of its officers, members, agents, employees, program participants or subcontractors while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees in connection with the terms, conditions or privileges of their FApmjeclsO[80200\Specs1LMPart A-spcc_insudoc -2- employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan, or statutory requirement, Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 (`ADA'), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with or employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply with the ADA's provisions and any other applicable Federal, State and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of contractor's and/or its subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. 11. MINORITY AND WOMEN BUSINESS ENTERPRISES; fn accordance with the City of Fort Worth Ordinance No. 15530 the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary and is attached herein. In order for a bid to be considered responsive the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with the bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render the bid non-responsive. In addition, the bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FROM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The documentation must be received no later than 5;00 PM, five �5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non responsive. +� f�lprojccu1318020015ptacslLPS$Pan A-spec_inst.doc -3 Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE and/or, a Women Business Enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit andlor examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or W BE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal state or local laws or ordinances relating to false statements. Further, any such misrepresentation (other than a negligent and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. FAprojectsl3I81320MSpecs\LPSWart A-spec_inst.doc 4- r PART B PROPOSAL 31 8-3200 ~ PART B - PROPOSAL TO: Mr, Charles Boswell FROM: William J. Schultz Inc. dba Circle C Construction - City Manager T (Bidder's Name) P.O. Box 40328 Fort Worth, Texas _. Fort Worth, Texas 76140 _ (Address) PROPOSAL FOR: furnishing of all materials and equipment and labor and all necessary -- appurtenances and incidental work to provide a complete and operable project designated as: _ Lake Worth South Shore Gravity Sewer System Water Dept. Project No. P171-070171131150 Pursuant to the foregoing"Notice to Bidders,°the undersigned has thoroughly examined the Plans, Specifications,and the site, understands the amount of work to be done and hereby proposes to do " all the work and furnish all labor, equipment, and materials necessaryto fully complete the work as provided in the Plans and Specifications,and subject to the inspection and approval of the Director, Department of Engineering of the City of Fart Worth. Upon acceptance of this proposa , the bidder is bound to execute a contract and furnish Performance and Payment Bond approved by the City of Fort Worth for performing and completing the said work within the time stated and for the fallowing sum,to-wit: r' fa Fi4proyecisQISQ200o Specs\LPSlPart B_final.duc 8-1 f■' 318-3200 Lake Worth South Shore Low Pressure Sewer System Item Approx. Description of items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid 1 3 EA Connect HDPE force main Line A, C and D to existing 4-inch DIP stub outs at manholes, complete in place for the sum of One Thousand Five Hundred Dollars and No Cents per each. $ 1,500.00 $ 4]500.00 2 1 EA Connect HDPE force main Line B to existing manhole including core drill, complete in glace for the sum of Three Thousand Five Hundred Dollars and No Cents per each. $ 3,500.00 $ 3,500-00 3 20,255 LF Furnish and install 3-inch IPS DR 11 HDPE sewer pipe and fittings, complete in place for the sum of Ten Dollars and No Cents per linear foot. $ 10.00 $ 202 550.00 4 6,680 LF Furnish and install 2-inch IPS DR 11 HDPE sewer pipe and fittings, complete in place for the sum of Nine Dollars and _Twenty-FivE Cents per linear foot. $ 9.25 $ 61,790.00 5 1,105 LF Furnish and install 1.25-inch IPS DR 11 HDPE sewer pipe and fittings, complete in place for the sum of Nine Dollars and No Cents per linear foot. $ 9.00 $ 9,945.00 6 132 EA Furnish and install a 1.25-inch service connection assembly per the standard detail, complete in place for the sum of Eight Hundred Dollars and No Cents each. $ 800M $ 105,600.00 FAprolects131BMOO1Specs\LP$\Partt3_final.doc B-2 318-3200 Lake Worth South Shore Low Pressure Sewer System Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amount Bid 7 132 EA Furnish and install service tap including tie in to force main and 1.25- inch corp stop, complete in place for the sum of Oine Hundred FjftV Dollars and No Cents per each. $ 150.00 $ 19,804.00 8 2,640 LF Furnish and install 1.25-inch IPS DR 11 HDPE sewer pipe and fittings for service line between service tap and service connection assembly, complete in place for the sum of Eight Dollars and Fi Cents per linear foot. $ 8.50 $ 22,440.00 9 35 EA Furnish and irstall a force main clean out assembly, complete in place for the sum of One Hundred Fifty Dollars and No Cents each. $ 150.00 $ 5,250.00 10 455 LF Furnish and install pipe bore complete in place with casing pipe and carrier force main for the sum of Three Hundred Twenty-Five Dollars and No Cents per each. $ 325.00 $ 147,875-00 11 8,770 LF Permanent asphalt pavement repair for force main per Sheet C-902, Standard Detail Typical Trench with Asphalt Cut, complete in place for the sum of Twenty-Five Dollars and No Cents per linear foot. $ 25.00 $ 219,250.00 F:lprojects1338M0G\specsTPS\Rart 6_flnal.doc B-3 318-3200 Lake Worth South Shore Low Pressure Sewer System Item Approx. Description of Items with Unit Extended No. Quantity Bid Prices Written In Words Price Amoint Bid 12 7501 LF Permanent asphalt pavement repair for service connections per Sheet C-942, Standard Detail Typical Trench with Asphalt Cut, complete in place for the sum of Twenty Dollars and No Cents per linear foot, $ 20.00 S 15,000.00 13 19,270 LF Provide seeding and geotextile blanket, complete jr place and anchored for the sum of Two Dollars and Fifty Cents per linear foot. $ 2.50 $ 48,175.00 14 10 CY Type "E" (1500 psi) concrete for - miscellaneous placement.. complete in place for the sum of Fifty-Five Dollars and No Cents_per cubic yard. $ 55.00 $ 550.00 15 10 CY Crushed limestone for miscellaneous placement, cornplete in place for the sum of Ten Dollars and No Cents per cubic yard. $ 10.00 $ 100.00 16 5 EA Furnish and install 2-inch plug valve and box, complete in place for the surra of Two Hundred Fifty Dollars and No Cents per each. $ 250.00 $ 1,250.00 F:projects1318I3200\Specs\LPS\Part B_finaWoc B-4 318-3200 Lake Worth South Shore Low Pressure Sewer System Item Approx. Description of Items with Unit Extended No. Quantity laid Prices Written In Words Price Amount Bid 17 18 EA Furnish and install 3-inch plug valve and box, complete in place for the sure of Seven Hundred Dollars and No Cents per each. $ 700.00 $ 12 600.00 18 360 LF Furnish and provide concrete encasement, complete in place for the sum of Twenty Dollars and No Cents per linear foot. $ 20.00 $ 7 200.00 19 93 EA Furnish and provide the clay collar on the sewer Fine, complete in place for the sum of Two Hundred Dollars and No Cents per each. $ 200.00 $ 18,600.00 20 3,300 SY Furnish and install sod around service tap and over backfilled trenches located on managed or private lawns, complete in place for the sum of Five Dollars and No Cents per square yard. $ 5.00 $ 15,500M 21 50 CY Miscellaneous Asphalt Pavement Repair as directed by City for pavement not above trench, complete in place for the sum of Ninety-Five Dollars and No Cents per cubic yard. $ 95.00 4,750.00 P F:(projects1319132001specs1LP51Part B_finaLdoc B-5 318-3200 Lake Worth South Shore Low Pressure Sewer System Item Approx. Description of Items with Unit Extended No. quantity Bid Prices Written In Wards Price Amount Bid 22 1 LS Furnish a pollution prevention system for stormwater discharge in accordance with the Specifications and the TCEO regulations, and the assumption of the responsibility of said pollution prevention system, complete in place for the lump sum of Twenty-Two Thousand Dollars and Cents. $ 22 000.00 $ 22,000.00 23 200 LF Trench safety system for trench greater than 5 feet in depth, complete in place for the sum of Five Dollars and No Cents per linear foot. $ 5.00 $ 1,000.00 = 24 1 LS Furnish to the City HDPE repair equipment and training listed in specification section 15035 for the sum of Forty-Five Thousand Dollars and No Cents. $ 45,11(O-00 $ 45,000.00 25 33,500 LF Furnish a single layer seal coat per TxDOT specification Item 316 for a 20- foot wide asphalt road, complete in place for the sum of Five Dollars and No Cents per linear foot. $ 5.00 $ 167,500.00 26 33,500 LF Furnish street buttons per City of Fart Worth specifications on asphalt road, including replacing additional existing safety buttons around turns after seal coat has been applied, complete in place for the sum of Three Dollars and Twenty Cents per linear foot. $ 3.20 $ 107,200.00 F;\projects1318l320015pecs%LPS1Par1 B_final.doc B-6 318-3200 Lake Worth South Shore Low Pressure Sewer System Item Approx. Description of Items with Unit Extended No. Quantity Enid Prices Written in Words Price Amount Bid TOTAL PROJECT BASE BID: TOTAL. AMOUNT BID FOR ITEMS (ITEMS 1-26 One Million Two Hundred Sixty-Mine Thousand Nine Hundred Twenty-Five Dollars and No Cents. $ 1,269,925.00 Within ten days after notification by the City, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required bythe Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of (5 percent) of the total amount bid is to become the property of the C4 of Fort Worth, Texas, in the event the contract and bonds are not executed and delivered within the time set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder certifies that he has been furnished at least one set of the Generali Contract Documents and General Specifications for Water Department Projects,dated July 21,2909,and all addenda thereto, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the Specific Contract Documents and appurtenant pians. R\projects)318k320018peca1LPS\Part 6_final.doc B-7 318-3200 The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, and employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The bidder agrees to begin construction within 10 calendar days after issue of the work order. Construction shall be finally complete within 210 calendar days of issuance of work. order. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Non-resident Bidders in the State of . our principal place of business are required to be percent lower than resident Bidders by state law. A copy of the statute is attached. Non-resident Bidders in the State of our principal place of business are not required to underbid resident Bidders. X B. The principal place of business of our company or our parent company or majority holder is in the State of Texas. The bidder understands that the ENGINEER and OWNER will evaluate the qualifications of the bidder to perform the specified project and that, although obtaining pre-qualification from the Fort Worth Water Department is necessary to bid the project, it tines not guarantee a favorable recommendation of award of a construction contract for this project. F.lprojacts131 F3MOO\5pecs1LPWart B_flna9.doc B-8 318-3200 Receipt is hereby acknowledged of the fallowing addenda to the Contract Documents: Addendum No. 1 dated March 8, 2005 Received lz ,!) Addendum No. 2 dated March 21, 2005 _ Received 4 Addendum No. 3 dated Received Addendum No. 4 dated Received Addendum No. 5 dated Received Respectfully submitted, Atte ted by: r r Signature Signature William J. Schultz, President Teresa S. Skelly, Vice Pres dent Printed Name and Title Printed Name and Title William J. Schultz Inc. dba Circle C Construction Company Name P.O. Box 40328 Mailing Address 500 West Trammell Street Address Fort Worth, Texas City and State 817-293-1863 Telephone Number Seal and Authorization (If Corporation) FlprojecW31M20MSpecsILPSIPart @_final.doc B-9 r r r t t r r MINORITY AND WOMEN ENTERPRISES SPECIFICATIONS r r r r C f ATTACHMENT A Page 1 of 4 FORT WO RT H City of Fart Worth SubcontractorsiSuPp tiers Utilization Form - - PRIME COMPANY NAME; Check applicable block to describe prime WILLIAM J.SCHULTZ,INC. DBA CIRCLE C CONSTRUCTION f - MAN/IDBE X' NON-MIWIDBE PROJECT NAME. LAKE WORTH SOUTHSHORE GRAVITY SEWER SYSTEM DOE#4467 BiD DATE _ 43/24105 City's MIWBE Project Goal: — Prime's M/WBE Project Utiilzation: PROJECT NUMBER 16% 1 16% P171-070171131150 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fart Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the r bid being considered non-responsive to bid specifications MWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is theeo ra hp Ic -relf TarrarLt,- Paaer, Jo»! o , Collin, Dallas, penton, i�llis, FCaufrrian and Fiockwalf cflunties. Identify each Tier level, Tier is the level of subcontracting below the prime contractor, i.e.o a direct payment from the prime contractor to a subcontractor is considered 1'' tier, a payment by a subcontractor to its supplier is considered 2" tier ALL MlWBEs MIDST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonaflde minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise(MNVBE)- If hauling services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another MIWBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The MNVBE may lease trucks from non-M/WBEs. including owner-operators, but will only receive credit for the i fees and commissions earned b the MNVBE outlined in the leasagreement, - - as oe arc T, A pe ATTACHMENT 1A FORTWORTH Page 2 of a o Primes are required to identify ALL subcontractors/suppliers. regardless of status; i.e.,Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address i C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B I T O V E E C T E A, M&M CONSTRUCTION 1 X SUPPLYING SAND, ROCK, $ 63,497.00 9725 SALORN DR. MATERIAL & ASPHALT CROWLEY TX 743 HAULING MATERIAL $ 53,797.00 HAULING & HAUL OFF RICOCHET FUEL DIST, 1 X SUPPLYING FUEL, OIL, & $ 86,195.00 1101-A BEDFORD RD. MATERIAL HYD, FLUID BEDFORD, TX 76002 b REDI-MIX CONCRETE 1 X SUPPLYING CONCRETE $ 20,000.40 i� P.O. BOX 112578 MATERIAL GARR-GLLTGF-TX= LATTIMORE MATERIAL 1 SUPPLYING CONCRETE $ 20,000.00 P.O. BOX 556 MATERIAL MCKINNEY, TX 75070 CUSTOM PLASTICS X SUPPLYING PIPE & $ DIS- r P.Q. BOX 112683 MATERIAL RELATED JOB QUAILIFLIED CARROLLTON, TX MATERIAL r 75011 r ATTACHMENT 1A FoRTWORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status,i.e., Minority,Women and non-M/WBEs. Please list IAMSE firms first,use additional sheets if necessary. r" Certification N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail ow Address eM W C x M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r 8 B T t] E E R 0 B C' T E A' Pw CHEM-CAN X SANITATION POTTIES $ 5,000.00 P.O. BOX 434 ARLINGTON, TX 76004 AMERICAN X SUPPLYING BARRICADES $ 10,000.00 BARRIACES, INC. MATERIAL 107 ENON AVE. EVERMAN, TX. 76140 RENTAL SERVICE X RENTAL EQUIPMENT $ 25,004.00 CORP_ RENTAL ---P-(}:-BOX-84051-4 - - DALLAS, TX. 75284 UNTIED RENTAL INC. 1 X RENTAL EQUIPMENT $ 25,000.00 3120 SPUR 482 RENTAL Mw SUITE B IRVING, TX. 75062 JOHN A. MILLER & i XINSURANCE BONDING, WC. $ 120,643.00 ASSOC. AND GENERAL P.O. BOX 7214 INSURANCE FT. WORTH, TX. 7611 r r r ATTACHMENT IA Page 4 of 4 Total Dollar Amount of MfWBE Subcontractors/Suppliers $ 203,489.00 Total Dollar Amount of Non-MfWBE Subcontractors/Suppliers $ 225643.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 429,132.00 r The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a r+ Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed, M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By 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 M1W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/supplierslcontractors participating on the contrart that will substantiate the actual work performed by the MIWIDBE(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 U3 years and for initi_arting_action_..under .f=ederal,-Stat-e-or -LocaT-taw5-cancernmg fa she statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature printed Signature Title f`Tf r Contact Name/Titie(it different) � v / yI f� r { { Company Name pp ,� Telephone and/or Fax U 7G Address Email Address citylSratelb p Date F(-)R,r W(>wi,l i City of Fort Worth Minority and Women Business Enterprise Specifications I� SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than$25,000, the M/WBE goal is not ap licabie. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. Ail requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS .. The City's MBE/WBE goal on this project is %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25.000 or more, bidders aro required to comply with the intent of the City's MANBE Ordinance by either of the following: a. 1. Meet or exceed the above stated MIWBE goal, or 2. Good Faith Effort documentation,or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. + 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date, 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, it participation is fess than opening date, exclusive of the bid opening date. statedgoal: _ 3. Good Faith Effort and Subcontractor received by 5:00 p.m.. five (5) City business days after the bid Utilization Form, if no M1WBE participation: opening date, exclusive of the bid openingdate. '� 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. _ _ 5. Joint Venture Form, it utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M1WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817)871-6104. Rev.5130103 ATTACHMENT IA Page 1 of 4 FORT WO R1 H City of Fort Worth Subcontractors/Suppliers Utilization Form rPRIME COMPANY NAME: Check applicable block to describe prime Circie C Construction _ MJw/DBE NON-M/WIDBE PROJECT NAME-. 81D DATE Lake Worth South Shone Gravity Sewer System March 24,2005 City's MNVBE Project Goal: Prime's MWBE Project Utilization: PROJECT'NUMBER 17% % _ P171-070171131350 Identify aa1 subcontractors/suppliers you will use on this project IF, Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:010 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered nonresponsive to bid specifications f MMBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman aced Rockwall counties. t Identify each Tier Level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1 si tier, a payment by a subcontractor to its supplier is considered 2`� tier ALL MIWBEs MIDST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency(NCTTRCA), or the Texas Department of Transportation (TX DOT), highway division. If hauling services are utilized, the prime Will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The d M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. 1+ r r Rev.5/21/03 FORT WORTIi ATTACHMENT I A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-MANBEs. -` Please list M,WBE firms first, use additional sheets If necessary. Certification P (check one) SUBCONTRACTOR/SUPPLIER T r Company'Name i N T Detail Detail Address M wC X P Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax r B B T ® y E: E R D E C T E A Aa dMA •r "t r i Rev. 5;21,03 a i ATTACHMENT 1A FORTWORTH 'Page 3 of 4 OW Primes are required to identify ALL subcontractors/suppliers,regardless of status; i.e., Minority,Women and non-MIWBEs. Please list MIWBE firms first,use additional sheets if necessary. Certification t (check one) r SUBCONTRACTOR/SUPPLIER T r _ Company Name i N T Detail Detail Address M W C X r Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T 0 � � ct a 1 l T t A r+ 4w r IM INS Fier.5130/03 l-4 ATTACHMENT 1A FoR1 WO 1 i Page 4 of 4 Total Dollar Amount of MIWBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MIWBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a �. Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of. contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor; shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact NamelTitle(if different) Company Name Telephone and/or Fax " Address E-mail Address -% City/State/Zip Date MR ow Rev_5130103 PM ATTACHMENT 1 B FO R F' WORT I-1 Page 1 of 1 City of Fort Worth Prime Contractor Waiver Farm PRIME COMPANY NAME: Check applicable block to describe rune r- Circle C Construction PROJECT NAME: MIWlDBEI � L NON-MM/DI3 BID DATE Lake Worth South Shore Gravity Server System March 24,2005 I� — { City's MFWBE Project Goal: PROJECT NUMBER 17% P171-070171131150 n. If both answers to this form are YES, do not complete ATTACHMENT 1 C(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 Managing Department on or before 5:00 p.m.,five (5)City business days after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. r- 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 project, NO this is your normal business practice and Ercvide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIWBE(s) on this contract, the payment therefore and any proposed changes to the original MIWBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/W BEs 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 J" contract may result in a determination of an irresponsible offeror and barred from participating in City work for a 1 period of time not less than one 1 year. Authorized Signature Printed Signature k Title Contact Name(d different) Company Name Phone Number Fax Number Address Email Address City/StatelZ'ip Date Rev.512803 ATTACHMENT 1 C Page 1 of 3 Fo RT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME, Check applicable block to describe prime Circle C Construction PROJECT NAME: MIWIDBI= NON-M/W/DBJ BID DATE P1 Lake Worth South Shore Gravity Sewer System March 24,2005 City's MIWBE Project Goal; PROJECT NUMBER 17% P171070171131150 � If you have failed to secure M/'WBE participation and you have subcontracting andlor supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(a)City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.3 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 MANBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, fist each subcontracting and or supplier opportunity through the 2" tier. (Use additional sheets, if necessary) List of Subcontracting opportunities List of Supplier Opportunities i lW Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing 1 1 No 3.) aid you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mall, exclusive of the day the bids are opened? Yes (If yes,attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from M/WBE firms,within the subcontracting andlor 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 MlWBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular subcontractinglsupplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds 1213) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of pians and specifications in order to assist the MIWBEs? Yes No 6.) Submit documentation if M1WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.05/30143 ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feet will further explain your good and honest efforts to obtain M1WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MIWBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. -> Authorized Signature Printed Signature Title Contact Name and Title Jif different) Company Name Phone Number Fax Number Address Email Address CitylStatelZip Date Rev.05130103 Joint Venture FriPT WoRTE Page t of 3 �~ CITY OF FORT WORTH Joint Venture Eti ibifi Form All questions must be answered,use"NA"if applicable. Mame of City project: A joint venture Form must be completed on each project M/Bid/Purchasing Number: I.Joint Venture information: Joint Venture Name: Joint Venture Address- (If ddress: (1f applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: V Please attach extra sheets if additional space is requited to provide detailed explanations of work to be perfonned by each firm comprising the joint venture MMBE firm Nom-?I AVBF: name: firm name: Business Address: Business Address: City,Slate,Zip: City,State,Zip° Telephone Facsimile E-mail Telephone racsimile rCellular Cellular rCertification Status: I ,address Name of Certifying Agency: r --- 2.Scope of work performed by the Joiut Veature: rDescribe the scope of work of the M/WBE: Describe the scope of work of the non-MIWBE: r r P, Rev.5/3oi43 Joint Venture Page 2of3 3. What is the percentage of MIWBE 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. all 5. List components of ownership of joint venture: (Do not complele if this information hr described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: 1 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 ilu include Account Payable and Rect:kahte}; -- Management decisions: - 09 a. Estimating - - - - - ............-_....r.--------------- ------ b. Marketing and Sales - 04 - . . ......... . .... . .........._.----•-- c. Hiring and Firing of-management personnel d. Purchasing of major equipment -- andlor supplies — - Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amountslpercentages change from the originally approved information, then the participants must inform the City's 04 MNVBE 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 MIwBE Ordinance_ M" Rev.5/30/03 FM ,point Venture PMe 3at PM 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 r 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 o€M WBE fum Name of non-14/WBE firm Printed Name of owner Printed Name of Owner rSignature of Owner Signature ofOwner Printed Name of(Avner Printed Name of Owner rSignature of Owner Signature of Owner rTitle Title rDate Date rNotarization rState of County of On th is day of , 20 ,before the appeared r and rto 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 rNotary Public Signature rCommission Expires {sea!) rRev-5130M ATTACHMENT 1 TABLE OF CONTENTS Subject Page No. I. DEFINITIONS ....................................................................... 1 II. PURPOSE ........................................................................... 4 III. CERTIFICATION ................................................................... 4 IV, PROGRAM GOAL SETTING ................................................... 4 V. APPLICABLE CONTRACTS 1. CONSTRUCTION ............................................................... 5 p MIWBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS RETAINAGE 2. PROFESSIONAL SERVICES ...... 8 M/WBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS 3. PURCHASES ...................................................................... 10 MIWBE UTILIZATION REQUIREMENTS COUNTING PARTICIPATION PAYMENTS BEST VALUE CRITERIA MP VI. POST AWARD COMPLIANCE .................................................... 13 r, VII. CONTRACT MONITORING AND REPORTING .............................. 15 VIII. EXCEPTIONS AND WAIVERS .................................................... 16 IX. PROGRAM ADMINISTRATION ................................................... 16 X. SANCTIONS ............................................................................ 18 XI. SEVERABILITY ........................................................................ 19 Minority and Women Business Enterprise Ordinance Attachment 1 ATTACHMENT I 1. DEFINITIONS: 1. Applicable Contract means any contract of $25,000 or more for construction projects and professional services and $25,000 or more for purchase agreements, as well as any other contracts that the City Council or City Manager deem appropriate. 2. Certified means those firms, locatec or doing business at the time of bid/proposal opening within the Marketplace, that have been determined to be a bonafide minority or women business enterprise by either the North Central Texas Regional Certification Agency (NCTRCA), cr the Texas Department of Transportation (TxDOT), highway division. 3. City means the City of Fort Worth, Texas. 4, City business day means Monday through Friday, inclusive, excluding legal holidays. Legal holidays shall be observed as prescribed by the City Council for observance as follows: New Year's Day January 1 M. L. King, Jr. Birthday Third Monday in January * Memorial Day Last Monday in May F Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Thanksgiving Friday Fourth Friday in November Christmas Day December 25 When one of the above named holidays falls on a Saturday, the holiday shall be observed on the preceding Friday. When one of the above named holidays falls on a Sunday, the holiday shall be observed on the following Monday. 5. Combined Projects means a construction contract, which includes paving and/or drainage elements of construction and water and/or sanitary sewer construction elements, but does not include a standard water and/or sanitary sewer contract where the pavement is temporarily o- permanently repaired and that repair is not a separate unit. & Construction means tate erection, rehabilitation, alteration, conversion, extension, demolition, improvement, r remodeling or repair to any real property, including streets, storm drains and facilities providing utility service owned by the City. 7. Contract means a binding agreement whereby the City either grants a privilege or is committed to expend or r does expend its funds or other resources for or in connection with a) construction of any public improvement, and b) purchase of any services (including professional services). The term includes "purchase order". S. Contract Officer means the person employed by the City to oversee the performance of the contract. 9. Contracting department means the department responsible for payment of contract obligations. 10. Contractor means the business entity with whom the City has entered into an agreement. Includes the terms "Vendor", "Prime Contractor" and"Prime Consultant". 11. Goal means the percentage of minority business enterprise and/or women business enterprise participation on an applicable project as determined by the City, based on the availability of such businesses in the marketplace and the subcontracting/supplier opportunities of the project. I Minority and Women Business Enterprise Ordinance Attachment 1 F 12. Good Faith Effort means an honest and conscientious effort by the Offeror to meet the City's goal for M/WBE participation. Compliance with each of the following steps shall satisfy the Good Faith Effort requirement absent proof of fraud, misrepresentation, or intentional discrimination by the Offeror: 12.1. List each and every subcontracting and/or supplier opportunity for the completion of this project. On combined projects list each subcontracting and/or supplying opportunity through the 2nd tier. 12.2. Obtain a current (not more than three (3) months old from the bid open date) fist of MIWBE subcontractors and/or suppliers from the City's MNVBE Office, 12.3. Solicit bids from M/WBEs, 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. 12,4. Solicit bids from M/WBEs, 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. Note: A facsimile may be used to comply with either 12.3 or 12.4,but may not be used for both. Note: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten or less, the Contractor must contact the entire list within such area of opportunity to be in compliance with 12.3 and 12.4. If the list of MIWBEs for a particular subcontractingisupplier opportunity is ten or more,the Contractor must contact at least two-thirds of the list within such area of opportunity, but not less than ten, to be in compliance with 12.3 and 12.4. 12.5. Provide plans and specifications or information regarding the location of plans and specification to MNVBEs. 12.6. Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the form of an affidavit, include a detailed explanation of why the M/WBE 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 and _ inspection of any relevant documentation by City personnel. 13. Horizontal Construction means construction of highways, roads, streets, bridges, utilities, water supply projects, water plans, wastewater plants, water and wastewater distribution or conveyance facilities, wharves, docks, airport runways and taxiways, drainage projects, or related types of projects associated with civil engineering construction as referenced in this ordinance. 14. Joint Venture means an association of two or more businesses, one of which must be a certified M/WBE firm, The M/WBE firm must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the joint venture. 15. Lease Agreement means a written agreement to transfer control and use of truck(s) from one business entity to another, which outlines fees and/or commissions. 16, Lease Trucks means trucks that are leased from another MIWBE firm, including MNVBE owner-operators. Trucks leased from non-M/WBE firms will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement, b 17. Manager means the administrator of the MNVBE Office of the City of T=ort Worth, 18. Managing Department means the department responsible for overseeing the day-to-day completion of the contract. 19. Manufacturer means one that manufactures a product by hand or machinery suitable for uses; the process of making wares. 20. Marketplace means the geographic market area as defined in the Availability and Disparity Study represented by the counties of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall. Minority and Women Business Enterprise Ordinance Attachment 1 21. Minority means a citizen of the United States or lawfully admitted permanent resident that is Asian American, American Indian, Black or Hispanic. 22, Minority Business Enterprise is defined as a qualified business concern located in the Marketplace or providing p-oof of doing brisiness in the Marketplace at the time of bid opening or the opening of responses to requests for proposals, meeting the following criteria: a. is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more minority persons; and b. management and daily business operations are controlled by one or more minority persons who own it. 23. MWBEAC means the Minority and Women Business Enterprise Advisory Committee appointed by the City Council to review the findings of Availability and Disparity Studies conducted for the City and present recommendations, in concurrence with the City Manager, on any amendments to the MAW BE Ordinance. 24. Mediation means an alternate dispute resolution method as authorized by the state law 25. Nepotism means the state or fact of showing favoritism to a relative on the basis of a relationship. 26. Non-compliance means failure of a prime contractor to comply with the Ordinance's requirements during the contract and/or at completion of the contract. 27. Non-responsive means failure of an Offeror to respond to the Ordinance's requirements upon submission of a bid or proposal; herein specifically defined by either 1) meet or exceed the stated project goal, or 2) make a good and honest faith effort to meet the project goal or 3) submit the prime contractor waiver or 4) submit the joint venture form. 26. Offeror means any person, firm, corporation, or partnership that submits a bid or proposal to provide labor, goods or services to the City where funds are expended. The term includes bidder and proposer. 29. Payment Dispute means a bonafide disagreement of payment. 30. Procurement means the buying, renting, leasing or otherwise obtaining or acquiring any supplies, materials, equipment or services. 31. Professional Services means services, which require predominantly mental or intellectual labor and skills, includes, but is not necessarily limited to, architects, engineers, surveyors, doctors, attorneys, and accountants. 32. Project Manager see Contract Officer. 33. Purchasing means the buying, renting, leasing or otherwise obtaining or acquiring any supplies, materials, equipment or services excluding construction and professional services previously defined. 34. Qualified means an individual or business entity having previously performed or received training in the work. industry or profession required. 35. Regular Dealer is defined as a firm that owns, operates, or maintains a store, a warehouse, or other establishments in which the materials or supplies required for the contract are bought, kept In stock, and are regularly sotd retail or wholesale. 36, Subcontract means an agreement between the contractor and another business entity for the performance of work. 37. SubcontractJSupplier Opportunity means an area where there is more than one M/WBE subcontractor/subconsultantlsupplier in the market place. Minority and Women Business Enterprise Ordinance Attachment f 38. 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 1" tier, a payment by a subcontractor to its supplier is considered 2r°tier. 39. Vertical Construction means construction of a facility. Facility means buildings the design and construction of which are governed by accepted building codes. The term does not include: (A) highways, roads, streets, bridges, utilities, water supply projects, water plans, wastewater plants, water and wastewater distribution or conveyance facilities, wharves, docks, airport runways and taxiways, drainage projects, or related types of T projects associated with civil engineering construction or (B) builds or structures that are incidental to projects that are primarily civil engineering construction projects. 40. Women Business Enterprise is defined as a qualified business concern located in the Marketplace or provide proof of doing business in the Marketplace at the time of bid opening or the opening of responses to requests for proposals, meeting the following criteria: a. is at least 51 percent owned by one or more women, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more women; and b. management and daily business operations are controlled by one or more women who own it. 1�. PURPOSE: The ultimate goal of this ordinance is to remedy the effects of past underutilization in the Marketplace by increasing the utilization of minority and women business enterprises above the present low level to one more comparable to their availability in the Fort Worth Marketplace. Specific goals shall be established in the areas of constructions, professional services, and purchases of other goods and services. A goal may be set on individual projects based on the type of work or services to be performed, or goods to be acquired and the availability of minority and women businesses in the City's Marketplace. The City Manager shall recommend an annual goal for M1WBE participation in City procurement activities, based upon the availability within the Marketplace. The provisions of this ordinance shall apply to all contracts awarded by the City, except as may be hereafter specifically exempted.Where contracts involve the expenditure of federal or state funds, the state or federal policy related to M/WBE or DBE participation may take precedence over this ordinance. Award of a contract shall be recommended when the Offeror has complied with the requirements of this ordinance via meeting the goal, demonstrating a Good Faith Effort to meet the goal or meeting the requirements for a Prime Contractor Waiver. Failure to comply with the Ordinance by any of the required methods shall result in an Offeror being deemed non-responsive. 111. CERTIFICATION: The City will recognize MIWBE firms that are certified by the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TX DOT), highway division. The firms shall be located in or doing business in the Marketplace at the time of bid/proposal opening. _ IV. PROGRAM GOAL: .� A. A Citywide goal for the utilization of minority business enterprises (MBE) and women business enterprises (WBE) shall be reviewed and approved annually by the City Council. t. The City Manager shall conduct an analysis of the availability of MIWBEs and present to the City Council an anrual report on MNVBE availability and utilization by the erd of the first quarter of the new fiscal year. 4 Minority and Women Business Enterprise Ordinance Attachment 1 2. Based on the availability of M/WBEs in the Marketplace and the City's most recent goal attainment and with the advice and counsel of the, the City Manager shall recommend to the City Council a reasonable goal for the remainder of the current fiscal year. 3. The goal shall be expressed in terms of a percentage of the total dollar value of all applicable contracts awarded by the City. Goals shall be established separately for categories of construction, professional services, and purchasing, as well as, any other categories that the City Council or City Manager deems appropriate. B. An individual project goal shall be set by the M/W BE Office in collaboration with the Contract Officer and Risk Management (where appropriate) prior to solicitation. The project goal shall be reasonable and shall be based upon: 1. Specific subcontracting and/or materials opportunities required to complete the project, and 2. The availability of MIWBE in the identified subcontracting and/or materials opportunities in the Marketplace. V. APPLICAI31-E CONTRACTS: A. CONSTRUCTION PROJECTS 1. MIWBE UTILIZATION REQUIREMENTS a- In addition to the requirements set forth elsewhere, bid conditions shall include a statement of the M/WBE goal established for the project. The requirements below also apply to circumstances where change orders or extra work give rise to new trade or vendor opportunities outside the original scope of work .. b. Bid conditions and all other specifications for applicable contracts to be awarded by the City shall require that Offerors make a good faith effort (GFE) to subcontract with or purchase supplies from M/WBE firms. Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. C. Construction contracts (estimated cost of $25,000 or more) shall be awarded and administered in accordance with the fallowing standards and procedures. 01. Competitive bids for applicable contracts shall include the M/W BE requirements and documentation in the bid specifications. MIWBE documentation consists of the SPECIAL INSTRUCTIONS TO BIDDERS, the SUBCONTRACTOR UTILIZATION FORM, the PRIME CONTRACTOR WAIVER FORM,the GOOD FAITH EFFORT FORM, and the JOINT VENTURE FORM. a) Competitive bids where the Offeror equals or exceeds the project goal must submit the SUBCONTRACTOR UTILIZATION FORM or the JOINT VENTURE FORM. b) Competitive bids where the Offeror does not have subcontracting and/or supplier opportunities must submit the PRIME CONTRACTOR WAIVER FORM. c) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM (GFE)and documentation. d) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but do not include any M/WBE participation must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM and docurnentation. Minority and Women Business Enterprise Ordinance Attachment 1 R 02. The Offeror shall submit the SUBCONTRACTOR UTILIZATION FORM and/or the GOOD FAITH EFFORT FORM or the PRIME CONTRACTOR WAIVER FORM, or the JOINT VENTURE FORM ("and documentation") as appropriate. The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MIIIVBE requirements and documentation, shall render the Offeror non-responsive. 03. The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize MIW BE(s). The burden of preparing and submitting the GFE information is on the Offeror and will be evacuated as part of the responsiveness to the bidlproposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. 04. The contracting department may request the MIWBE Office to waive the goal requirements of this subsection, or to reduce the amount of the goal, in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING MIWBE PARTICIPATION M/WBE participation shall be counted toward meeting the goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, businesses will be counted as MNVBE only when they have been certified as such prior to a ` recommendation for award being made to the City Council. 01. Any business listed by an Offeror that is not certified at the time of bid opening must fife an d application for certification to a city authorized certification agency within a reasonable time for the City to consider the business and dollar amount towards meeting the goal. 02. If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror shall be afforded five (5) City business days to secure additional certified/certifiable MIWBE participation, starting the next City business day following the day the written notification was r received from the Managing Department. 03. Evidence of the additional certified/certifiable MIWBE participation shall be delivered to and received by the Managing Department within five (5) City business days after the notification was i received by the Offeror, exclusive of the date that the notification was received. b. Except as provided for in paragraph C below, if the Offeror is ruled non-responsive to for failure to comply with the requirements of this ordinance, the Managing Department will provide written notification to the Offeror stating the specific basis for the ruling. The Offeror may then submit documentation that it will either meet or exceed the stated goal and if the documentation satisfies this ordinance, the Offeror may then be considered for an award of contract. C. If the Offeror is ruled non-responsive solely for its failure to identify a subcontract/supplier opportunity and that opportunity is less than three (30,10) percent of the total bid, the Offeror may submit documentation that an M/WBE will be utilized for that subcontract/supplier opportunity, and may be considered for an award of contract. d. Documentation required under either paragraph 2 or 3 above must be received by the Managing �- Department within five (5) City business days, exclusive of the date that the Offeror was notified that it was non-responsive. If the documentation is not received within the stated time, the Offeror shall be deemed to have withdrawn its bid. The City will not communicate with another Offeror regarding award of the contract until five (5) City business days after the original Offeror has been notified that it is non-responsive. 6 Minority and Women Business Enterprise Ordinance Attachment i e. The Offeror may count toward the goal any tier of MNVBE subcontractors and/or suppliers f. The Offeror will be given credit toward the goal only when the M/WBE subcontractor performs a commercially useful function. A MNVBE subcontractor is considered to have performed a commercially useful function when. 01. It is responsible for the execution of a distinct element of the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and 02. When the firm receives due compensation as agreed upon for the work performed. g. The Offeror will be given credit toward the MNVBE goal only when the MIWBE supplier performs a commercially useful function. A MNVBE supplier is considered to have performed a commercially useful function when the MIWBE supplier is a manufacturer or a regular dealer. h. The Offeror will be given credit for utilizing a MNVBE hauling firm as long as the M/WBE owns and operates at least one fully licensed and operational truck used on the contract. The MNVBE may lease trucks from another MNVBE firm, including M/WBE owner-operators and receive full MIWBE credit. The MNVBE may lease trucks from non-MNVBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease ragreement. I i. Regardless of whether an arrangement between the contractor and the MNVBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the MNVBE or does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. j. An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the,percentage of MNVBE participation in the joint venture. 01. The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the managing department to whore delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MNVBE requirements and documentation, shall render the Offeror non-responsive. 02. The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the joint venture. k. Except for joint ventures, the prime contractor (regardless of their MNVBE status) and any work performed by the prime contractor is not counted toward meeting the M/VVBE contract goal and is not considered when determining compliance with this ordinance. L An Offeror may not count toward its goal any arrangement with an MIWBE that is nepotism or where a MNVBE has been a recent employee (less than one year) of the Offeror. M. The Offeror may not count toward the goal any agreement with a MNVBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the following: 7 Minority and Women Business Enterprise Ordinance Attachment t a. For vertical construction contracts, procedures will be established to ensure that the prime shall submit an invoice at least monthly and the City will pay the invoice as required by the Texas Prompt Payment Act (Tex. Gov't. Code , chap. 2251) or ary successor statute. The prime shall pay subcontractors as required by the Texas Prompt Payment Act or any successor statute. The prime contractor's failure to make payments as provided by state law shall, in addrion to any other remedies provided by law, authorize the {City to withhold future payments and/or reject future bids from the contractor until compliance with this ordinance is attained, b. For horizontal construction contracts, procedures will be established to ensure that all progress F payments are made twice a month and that subcontractors are paid in accordance with the provisions of the Texas Prompt Payment Act or any successor statute . A contractor's failure to make payments as required by state law shall, in addition to any other remedies provided by state Paw, authorize the .„ City to withhold future payments and/or reject future bids from the contractor until compliance with this ordinance is attained. C, Whenever there is a dispute over payment due between the prime and subcontractor and/or supplier, the City shall strongly encourage the parties to seek mediation before the City takes any action under this ordinance. 4. RETAINAGE a. If the prime withholds additional monies or a fee in excess of the retainage amount required by the City, and if there is no dispute about payment to the subcontractor, the prime shall release the additional monies after the completion of the subcontractor's scope of work, or as otherwise required by law, but may retain the required retainage monies until project completion, acceptance and final payment by the City. b. Where contracts involve the expenditure of federal or state funds, the state or federal policy related to M/W13E or CBE retainage may take precedence over this ordinance. B. PROFESSIONAL SERVICES 1. M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, requests for proposals shall include a statement of the MNVBE goal established for the project. The requirements below shall also apply to circumstances where amendments or extra work gives rise to new subconsulting/supplier opportunities. b. Requests for proposals and all other specifications for applicable contracts to be awarded by the City shall require that Offeror make a good faith effort (GFE) to sub-consult with or purchase supplies from MIWBE firms. Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. c. Professional Services contracts and such other contracts which may be competed for under sealed proposal procedures (estimated cost of $25,000 or more) shall be awarded and administered in accordance with the following standards and procedures- 0'. Other than responses to Requests for Proposals for those professional services defined in Chapter 2254 of the Texas Government Code, responses to Request for Proposals shall be submitted by the proposal deadline date and include a section, which identifies the particular MNVBE utilization plan in performing the contract. a) The proposal shall specify the estimated percentage of the MIWBE participation, the type of work to be performed by the MNVBE, and such other information as may reasonably be required to determine the responsiveness to the Request for Proposal. R Minority and Women Business Enterprise Ordinance Attachment 1 b) Proposals that do not meet or exceed the utilization goal, as required by the Request for Proposal. must submit a GFE explanation. Failure to include such GFE explanation shall render the proposal non-responsive. 02. Initial responses to requests for proposals for those professional services defined in Chapter 2254 of the Texas Government Code shall not include a response to the requirements of this ordinance. The City shall comply with the requirements of said Chapter and rank the professional on the basis of demonstrated competence and qualifications. During negotiations, the proposer shall respond to this ordinance in the manner specified in paragraph 01(a) above. 03. The GFE documentation shall demonstrate the Ofteror's commitment and honest efforts to utilize M/WBEs. The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the proposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentation submitted may be classified as non- responsive and be subject to possible debarment. 04. The contracting department may request the M/WBE Office to waive the goal requirements of this subsection, or to reduce the amount of the goal, in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING M/WBE PARTICIPATION M/WBE participation shall be counted toward meeting the goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, businesses will be counted as M/WBEs only when they have been certified as such prior to a recommendation for award being made to the City Council. 01. Any business Fisted by an Offeror that is not certified at the time of response opening must file an application for certification to a city authorized certification agency within a reasonable time for the City to consider the business and dollar amount towards meeting the goal. - 02. If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror shall be afforded five (5) City 'business days to secure additional certifiedlcertifiabie VINVBE participation, starting the next City business day following the day the written notification was received from the Managing Department. 03. Evidence of the additional certifiedlcertifiable M/WBE participation shall be delivered to and received by the Managing Department within five (5) City business days after the notification was received by the Offeror, exclusive of the date that the notification was received. b. The Offeror may count toward the goal any tier of M/WBE sub-consultants andlor suppliers. C. The Offeror will be given credit toward the goal only when the M/WBE sub-consultant performs a commercially useful function. A M/WBE sub-consultant is considered to have performed a commercially useful function when: 01. It is responsible for the execution of a distinct element of the work by actually performing, managing and supervising the work involved in accordance with normal business practice; and 02. When the firm receives due compensation as agreed upon for the work performed. d. The Offeror will be given credit toward the M/WBE contract goal only when the M/WBE supplier performs a commercially useful function. A M/WBE supplier is considered to have performed a commercially useful function when the M/WBE supplier is a manufacturer or a regular dealer. e. Regardless of whether an arrangement between the consultant and the M/WBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the M/WBE or 4 Minority and Women Bossiness Enterprise Ordinance Attachment 1 does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. f, An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the percentage of M/WBE participation in the joint venture. 01. The Joint Venture Form must be submitted to the Managing Department with the proposal when determining the responsiveness of the proposal by the M1WBE Office. Failure to comply with the _ proposal scope of services, inclusive of the MIWBE requirements, shall render the Offeror non- responsive. 02. The M/WBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the joint venture. g. Except for joint ventures, the prime consultant (regardless of their M/WBE status) and any work performed by the prime consultant is not counted toward meeting the lIt1,WBE contract goal and is not considered when determining compliance with this ordinance. h. An Offeror may not count toward its goal any arrangement with an M/WBE that is nepotism or where an M/WBE has been a recent employee (less than one year) of the Offeror. 1. The Offeror may not count toward the goal any agreement with a M/WBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the following: a. The prime shall submit an invoice at least monthly or as designated by the contract documents and the City will pay the invoice as required by the Texas Prompt Payment Act or any successor statute. . The prime shall pay sub-consultants as required by the Texas Prompt Payment Act or any successor statute A consultant's failure to make payments in accordance with state law shall, in addition to any other remedies provided by law, authorize the City to withhold future payments and/or reject 'uture proposals from the consultant until compliance with this ordinance is attained. b. Whenever there is a dispute over payment due between the prime and sub-consultant and/or supplier, the City shall strongly encourage the parties to seek mediationbefore the City initiates a stop payment order. C. PURCHASES 1. M/WBE UTILIZATION REQUIREMENTS a. In addition to the requirements set forth elsewhere, bid conditions shall include a statement of the M/WBE goal established for the project. The requirements below also apply to circumstances where purchase orders or extra work cause new subcontracting/supplier opportunities. b. Bid conditions and all other specifications for applicable contracts to be awarded by the City shall require that Offeror make a good faith effort (GFE) to subcontract with or purchase supplies from MIWBE firms. Such specifications shall require the Offeror to meet or exceed the stated goal or submit documentation of GFE for all applicable contracts to permit a determination of compliance with the specifications. C. Purchase contracts and such other contracts which may be competed for under sealed proposal procedures (estimated cost of $25,000 or more) shall be awarded and administered in accordance with the following standards and procedures: I t7 Minority and Women Business Enterprise Ordinance Attachment 1 y 01. Competitive bids for applicable contracts shall include the MNVBE requirements and documentation in the bid specifications. M/WBE documentation consists of the SPECIAL INSTRUCTIONS TO BIDDERS, the SUBCONTRACTOR UTILIZATION FORM, the PRIME CONTRACTOR WAIVER FORM, the GOOD FAITH EFFORT FORM, and, the JOINT VENTURE FORM. a) Competitive bids where the Offeror equals or exceeds the project goal must submit the SUBCONTRACTOR UTILIZATION FORM. b] Competitive bids where the Offeror does not have subcontracting and/or supplier opportunities must submit the PRIME CONTRACTOR WAIVER FORM. c] Competitive bids where the Offeror has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, must submit the SUBCONTRACTOR UTILIZATION FORM and the GOOD FAITH EFFORT FORM and documentation. d) Competitive bids where the Offeror has subcontracting and/or supplier opportunities but do not include any M/WBE participation must submit the GOOD FAITH EFFORT FORM and documentation. 02, The Offeror shall submit the SUBCONTRACTOR UTILIZATION FORM and/or the GOOD FAITH EFFORT FORM or the PRIME CONTRACTOR WAIVER FORM, or the JOINT VENTURE FORM ("and documentation") as appropriate. The Managing Department must receive the documentation no later than 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the M/WBE requirements and documentation, shall render the Offeror non-responsive. 03. The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the GFE information is on tate Offeror and will be evaluated as part of the responsiveness to the bid/proposal. An Offeror who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non-responsive and possible debarment. 04. The contracting department may request the MNVBE Office to waive the goal requirements of this subsection, or to reduce the amount of the goal, in accordance with the provisions of the Exceptions and Waivers section. 2. COUNTING M/WBE PARTICIPATION M/WBE participation shall be counted toward meeting Goal in accordance with the following provisions: a. For the purpose of determining compliance with the goal requirements established in this ordinance, businesses will be counted as MIW BEs only when they have been certified as such prior to a recommendation for award being made to the City Council. v 01. Any business listed by an Offeror that is not certified at the time of bid/response opening must file an application for certification within a reasonable time for the City to consider the business towards meeting the goal. 02. If a business described in the subparagraph immediately above fails to submit an application for certification within a reasonable time, or if the 'business is denied certification, the Offeror shall be afforded five (5) City business days to secure additional certified/certifiable M/WBE participation, starting the next City business day following the day the written notification was received from the Managing Department 11 Minority and Women Business Enterprise Ordinance Attachment t w 03. Evidence of the additional certified/certifiable M/WBE participation shall be delivered to and _ received by the Managing Department within five (5) City business days after the notification was received by the Offeror, exclusive of the date that the notification was received. b. Except as provided for in paragraph c below, if the Offeror is ruled non-responsive for failure to comply with the requirements of this ordinance, the Managing Department will provide written notification to the Offeror stating the specific basis for the ruling. The Offeror may submit documentation that it will either meet or exceed the stater) goal, and if the documentation satisfies this ordinance, the Offeror may then be considered for an award of contract. C. If the Offeror is ruled non-responsive solely for its failure to identify a subcontract/suoplier opportunity and that opportunity is less than three (3%) percent of the total bid, the Offeror may submit -�• documentation that an M/WBE will be utilized for that subcontract/supplier opportunity, and may be considered for an award of contract. d. Documentation required under either paragraph b or c above must be received by the Managing Department within five (5) City business days, exclusive of the date that the Offeror was notified that it was non-responsive. If the documentation is not received within the stated time, the Offeror shall be deemed to have withdrawn its bid. The City will not communicate with another Offeror regarding award of the contract until five (5) City business days after the original Offeror has been notified that it is non-responsive. e. The Offeror may count toward the goal any tier of MIWBE subcontractors and/or suppliers. It is the sole responsibility of the Offeror to report and document all subcontracting and/or supplier participation dollars counted towards the goat, irrespective of tier level. Failure to submit documentation as required in this subparagraph, shall entitle the City to withhold payments and/or -eject future purchasing orders until compliance is attained. f. The Offeror will be given credit toward the goal only when the MIW8E subcontractor performs a commercially useful function. A MIWBE subcontractor is considered to have performed a T commercially useful function when: 01. It is responsible for the execution of a distinct element of the work by actually performing, ., managing and supervising the work involved in accordance with normal business practice; and 02. When the firm receives due compensation as agreed upon for the work performed. g. The Offeror will be given credit toward the M/WBE contract goal only when the MfWBE supplier performs a commercially useful function, A M/WBE supplier is considered to have performed a commercially useful function when the MANBE supplier is a manufacturer or a regula,dealer. h. The Offeror will be given credit for utilizing a M/WBE hauling firm as long as the M/WBE own and operate at least one fully licensed, insured and operational truck used on the contract. The M/WBE may lease trucks from anolher MIWBE firm, including M/WBE owner-operators and receive 100% -- M/WBE credit. The MIWBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. i. Regardless of whether an arrangement between the contractor and the M/WBE represents standard industry practice, if the arrangement erodes the ownership, control or independence of the M/WBE or does not meet the commercially useful function requirement, the Offeror shall receive no credit toward the goal. j. An Offeror may count toward its goal a portion of the total dollar value of a contract with a joint venture equal to the,percentage of M/WBE participation in the joint venture. 01. The Managing Department must receive the Joint Venture form from the Offeror within five (5) City business days after the date of bid opening, exclusive of the day of the bid opening, for certification by the M/WBE Office. 1? Minority and Women Business Enterprise Ordinance Attachment 1 02. The MIWBE involved in the joint venture must be responsible for a clearly defined portion of the work to be performed, equal to a share in the ownership, control, knowledge, management, responsibility, risks, and profits of the lotnt venture. k. Except for joint ventures, the prime contractor (regardless of their M/WBE status) and any work performed by the prime contractor is not counted toward meeting the M/WBE contract goal and is not considered when determining compliance with this ordinance. 1. An Offeror may not count toward its goal any arrangement with an MMBE that is nepotism or where an MIWBE has been a recent employee (Less than one year) of the Offeror. m. The Offeror may not count toward the goal any agreement with an MIWBE that does not meet the requirements of this ordinance. 3. PAYMENTS The City Manager shall implement procedures to comply with the following: a. Establish procedures to ensure that purchase orders for all vendors' invoices be paid as required by the Texas Prompt Payment Act or any successor statute and that subcontractors are also paid as required by state law . A vendor's failure to make payments as required by law shall, in addition to any other remedies provided by law, authorize the City to withhold future payments from the vendor until compliance with this ordinance is attained. b. Whenever there is a dispute concerning payment due between the prime and subcontractor andlor supplier, the City shall strongly encourage the parties to seek mediation before the City initiates a stop payment order. 4. BEST VALUE CRITERIA a. In order to increase MIWBE primes in direct purchases, the City will apply the best value criteria codified in State law (Tex. Local Gov't Code, sec. 252.043 or any successor statute) to all purchasing activities as outlined in the state legislation. b. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, shall implement procedures the purchase of goods and services under the formal bid amount to emphasize the inclusion of MIWBEs. VI. POST-AWARD COMPLIANCE: A. In addition tc such other requirements as may be set forth elsewhere, the following shall apply to applicable contracts awarded by the City: 1. Contracts shal4 incorporate this ordinance by reference, and shall provide that the contractor's violation of this ordinance shall constitute a breach of such contract and may result in debarment in accord with the procedures outlined in this ordinance. 2, Following the date and time of bid/proposal opening, any proposed change or deletion in M/WBE participation identified in the bid, proposal or contract shall be reviewed by the M/WBE Office to determine whether such change or deletion is justified in accord with paragraphs 3 and 4 immediately below. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in this ordinance. 3. Following the date and time of bid/proposal opening, the contractor shall: a. Make no unjustified changes or deletions in its MIWBE participation commitments submitted with the bid, proposal or during negotiation, without prior submission of the proper documentation for review and approval by the MIWBE Office. Minority and Women Business Enterprise Ordinance Attachment 1 b, Shall submit a detailed explanation of how the requested change or deletion will affect the committed MIWBE goal. if the detail explanation is not submitted, it will affect the final compliance determination. c. If substantial subcontracting and/or supplier opportunities arise during the term of any contract when the contractor represented in its bid to the City that it alone would perforin the subcontracting/supplier oppurtunity work, the contractor shall notify the City before subcontracts for work and/or supplies are awarded and shall be required to comply with subsections 12.3 and 12.4 of this Attachment 1, exclusive of the time requirements stated in such subsections; —' d. Maintain records reasonably necessary for monitoring their compliance with the provisions of this ordinance; e. After the first payment and beginning with the second application for payment, submit the required M/WBE Periodic Payment Reports, including copies of MNVBE subcontractor's/subconsultant'slsupplier applications for payment/ invoices (as appropriate) and proof of payment documentation, to the MNVBE Office. Additionally, upon request of the M/WBE Office, the contractor shall submit such other documentation as may be reasonably required to verify proof of payments. Failure to submit these reports and other requested information, if any, as required shall authorize the City to withhold payment and/or reject future gids from the contractor until compliance with this ordinance is attained. 4. The contractor shall submit to the MNVBE Office for approval a MNVBE REQUEST FOR APPROVAL OF CHANGE FORM if, during the term of any contract, a contractor wishes to change or delete one or more MNVBE subcontractor(s), subconsultant(s) or supplier(s). a. Within three (3) City business days after receipt by the M,WBE Office, exclusive of the date of receipt, the Request shall be reviewed. The Request shall be approved if the change or deletlon is justified. The following shall constitute justification for the requested change or deletion 01. A MNVBE's failure to provide workers' compensation insurance evidence as required by state law; or 02. A MNVBE's failure to provide evidence of general liability or other insurance under the same or similar terms as contained in the contract documents with limits of coverage no greater than the lower of 1) the limits required of the contractor by the City; or 2) the limits contained in the contractor's standard subcontract or supply agreements used on other projects of similar size �- and scope and within the contractor's normal business practice with non-MNVBE subcontractor's/subconsultant's or suppliers; or 03. A MNVBE's failure to execute the contractor's standard subcontract form, if entering a subcontract is required by the contractor in its normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the contractor is receiving payment from the City twice a month; or C) Any limitation being placed on the ability of the M/WBE to report violations of this Ordinance or any other ordinance or violations of any state or 'federal law or other improprieties to the City or to provide notice of any claim to the contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. 04. A M/WBE defaults in the performance of the executed subcontract. In this event, the contractor shall: 14 Minority and Women Business Enterprise Ordinance Attachment 1 a) Request bids from all M/WBE subcontractors previously submitting bids for the work, b) if reasonably practicable, request bids from previously non-bidding M/WBEs, and c) Provide to the M,WBE office documentation of compliance with (a) and (b) above. 05. Any other reason found to be acceptable by the MNVBE Office in its sole discretion, NOTE: The contractor shall submit such documentation as may reasonably be requested by the Mi'WBE Office to support the contractor's request. The time between the request by the MMfBE Office for additional documentation and the delivery of such documentation shall not be included within the time period that the MIWBE Office is required to respond as stated in subparagraph (a)above. b. If the MIWBE Office approves the deletion of a M/WBE and replacement by a non-M/WBE, such approval shall constitute a post award waiver to the extent of the value of the deleted subcontract. c. If the M/WBE Office denies the request for change or deletion, the contractor may appeal the denial to the City Manager whose decision will be final. 5, Whenever contract amendments, change orders, purchase orders or extra work orders are made individually or in the aggregate, the contractor shall comply with the provisions of this ordinance with respect to the alternates, amendments, change orders, or extra work orders. a. If the amendment, change order, purchase order or extra work affects the subcontract of a M/WBE, such M/WBE shall be given the opportunity to perform such amendment, change order, purchase order or extra work. b. if the amendment, change order, purchase order or extra work is or is not covered by any subcontractor performing like or similar work, and the amount of such amendment, change order, purchase order or extra work is $50,000.00 or more, of the original contract amount, the contractor shall comply with Article 1, subsections 12.3 and 12.4 of this Attachment 1 (exclusive of the time requirements stated therein) with respect to such amendment, change order purchase order or extra work. 6. If the contractor/consultant in its bid/proposal included any second or lower tier subcontractor/subconsultant/supplier towards meeting the goal, it is the sole responsibility of the Offeror to report and document all subcontracting/subconsulting and/or supplier participation dollars counted towards the goal, irrespective of tier level. Failure to comply with the City's request to provide the required documentation shall entitle the City to withhotd payments and/or to reject future bids/proposals from the Offeror until compliance with this ordinance is attained. 7. Upon completion of the contract and within ten (10) City business days after receipt of final payment from the City, exclusive of the date the contractor receives payment, the contractor shall provide the MiWBE Office with the MIWBE FINAL SUMMARY PAYMENT REPORT FORM to reflect the final participation of each subcontractor/subconsultant and/or supplier (including non-M/WBEs) used an the project. Failure to comply with the City's request to provide the required documentation shall entitle the City to reject future bids from the contractor until compliance with this ordinance is attained. 8. In the event a contractor is in non-compliance and is a subcontractor/subconsuitant on a new quote; the contractor will be required to comply with this ordinance prior to a recommendation for award being made to the City Council. Vfl. CONTRACT MONITORING, AND REPORTING: is Minority and Worsen Business Enterprise Ordinance Attachment 1 A. The M/WBE Office shall monitor compliance with these requirements during the term of the contract. If it is _ determined that there is cause to believe that a contractor or subcontractor has failed to comply with any of the requirements of this ordinance, or the contract provisions pertaining to M/WBE utilization, the M/WBE Office shall notify tate contracting department and the contractor. The M,+WBE Office shall attempt to resolve the non- compliance through conciliation. If the non-compliance cannot be resolved, the Manager and the contracting department shall submit written recommendations to the City Manager or designee, and if the City Manager concurs with the findings, sanctions shall be imposed as stated in ordinance. B. Whenever the M/WBE Office finds, after investigation, that a contracting department has failed to comply with the provisions of this ordinance, a written finding specifying the nature of the non-compliance shall be transmitted to the contracting department, and the M/WBE Office shall attempt to resolve any non-compliance through conference and conciliation. Should such attempt fail to resolve the non-compliance, the Manager shall transmit a copy of the findings of non-compliance, with a statement that conciliation was attempted and failed, to the City Manager who shall take appropriate action to secure compliance. C. The M/WBE Office may require such reports, information, and documentation from contractors, Offerors, contracting agencies. and the head of any department, division, or office of the City of Fort Worth, as are reasonably necessary to determine compliance with the requirements of this ordinance. D. Contracting departments shall maintain accurate records for each contract awarded, including the names of contractors providing quotes, dollar value, the nature of the goods or services to be provided, the name of the contractor awarded the contract, the efforts it employed to solicit quotes from M/WBEs, identifying for each its dollar value, the nature of the goods or services,provided, and the name of the subcontractors/suppliers. E. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, shall submit an annual report to the City Council on the progress of the City toward the utilization goal established by this ordinance, together with an identification of problems and specific recommendations for improving the City's performance. VIII. EXCEPTIONS AND WAIVERS:. A. If an Offeror is unable to comply with the M/WBE goal requirements established in the Program Goal section of this ordinance„ such Offeror shall submit one of the two forms listed below within the allotted time. 1. A Prime Contractor Waiver Form (Attachment 1 B) is submitted if the Offeror will perform the entire contract without subcontractors or suppliers. 2. A Good Faith Effort Form (Attachment 1C) is submitted if the Offeror has a subcontracting and/or supplier opportunity but was unable to meet or exceed the project goal. The Offeror will submit requested documentation that demonstrates a good faith effort to comply with the goal requirements as described in the Program Goal section above. B. A contracting department may request the MIWBE Office to waive or modify the goal requirements for M/WBEs by submitting a Departmental Waiver Form, in writing, prior to solicitation of bids or proposals. The M/WBE Office may grant such a waiver or reduction upon determination that: 1. The reasonable and necessary requirements of the contract render subcontracting or other participation of business other than the Offeror infeasible; or 2. A public or administrative emergency exists which requires the goods or services to be provided with unusual immediacy; or 3. Lack of sufficient M/WBE subcontracting/subconsulting/suppliers providing the services required by the contract are unavailable in the marketplace of the project, despite attempts to locate them; or 4. The application of the provisions of this ordinance will impose an unwarranted risk on the City or unduly delay acquisition of the goods or services. 4 Ih Minority and Women Business Enterprise Ordinance Attachment 1 C. Whenever the M/WBE Office denies a request to waive a goal; the contracting department may appeal that denial to the City Manager whose decision on the request shall be final. IX. PROGRAM ADMINISTRATION: A. The City Manager, with the advice and counsel of the MWBEAC in accord with City of Fort Worth Resolution No. 1148, is authorized to establish and implement the regulations set forth in this ordinance. The M/WBE Office shall be responsible for the overall administration of the City's M/WBE Program, and its duties and responsibilities shall include: 1. Recommending rules and regulations to effectuate this ordinance; 2. Maintaining a current listing of certified MJWBE firms for distribution internally and externally on contracts; 3. Providing information, outreach (to include workshops, seminars, etc.) and needed assistance to M/WBEs to increase their ability to compete effectively for the award of City contracts; 4. Investigating alleged violations of this ordinance and making written recommendations to appropriate City authorities for remedial action when appropriate; 5. Developing and distributing all necessary forms, applications, and documents necessary to comply with this ordinance; 6. Reviewing, on a regular basis, the progress of departments toward achieving the category goals for the utilization of minority and women business enterprises; 7. Making recommendations to appropriate City staff regarding methods to further the policies and goals of this ordinance; 8. Determining M/WBE compliance on bids and proposals before they are submitted to the City Council for award; 9. Maintaining an accurate contract performance reporting system; and 16. Compiling a report reflecting the progress in attaining the City's annual goal, quarterly and annually, B. It shall be the responsibility of the contracting department to ensure that bids or proposals for the department's projects adhere to the procedures and provisions set forth in this ordinance. 1. The department director or designee shall assume primary responsibility for achieving the goals of this program and shall review, on a continuing basis, all aspects of the program's operations to assure that the purpose is being attained. 2. The contracting department shatl take the following action to ensure that M/WBEs have the maximum opportunity to participate on City contracts: a. A written notification shall be sent to minority and women trade associations, contractor's associations, and minority and women chambers of commerce about the availability of formally advertised contracting opportunities no less than 28 days before bids are due; b. All applicable contract solicitations shall include the requirements contained in this ordinance; c. All contracting opportunities shall be evaluated in an effort to divide the total requirements of a contract to provide reasonable opportunities for M/WBE; d, Establish procedures to ensure that all contractors' invoices are paid on construction, professional services and purchases as follows: 01. Vertical and horizontal construction shall be paid twice monthly, 17 Minority and Women Business Enterprise Ordinance Attachment i 02. Professional Services shall be paid within ten City business days after receipt of and approved invoice and 03. Purchases shall be paid within ten City business days after receipt of an approved invoice. 04. Subcontractors shall be paid within five (5) City business days after receipt of payment of the prime contractor by one of the methods stated above. e. Establish guidelines to ensure that a notice to proceed is not issued until signed letters of intent evidencing receipt by the M1V+dBE or executed agreements with the M/WBE have been submitted along with the project work schedule, if applicable; f. Ensure that all required statistics and documentation are submitted to the M/WBE Office as requested; and g. If circumstances prevent the contracting department from meeting the 28-day advertising and notification requirements, the contracting department shall perform extensive outreach to M/WBE associations or other relevant organizations to inform them of the contracting opportunity. X. SANCTIONS: � A. The GFE documentation shall demonstrate the Offeror's commitment and honest efforts to utilize M/WBE. The burden of preparing and submitting the GFE information is on the Offeror and will be evaluated as part of the responsiveness to the bid/proposal, An Offeror who intentionally and/or knowingly misrepresents facts in the documentation submitted will be classified as non-responsive and be subject to possible debarment. B. A contractor's failure to make payments within five (5) City business days shall authorize the City to withhold payment from the contractor until compliance with this ordinance is attained. C. Debarment: _ 1. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than three (3) years. 2. The failure of an Offeror to comply with this ordinance where such non-comptiance constitutes a material breach of contract as stated herein, may result in the Offeror being determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than one (1) year. 3. The M/WBE Office wilt send a written statement of facts and a recommendation for debarment to the City -- Manager. The City Manager, after consultation with the Department of Law, will make the decision regarding debarment and send a certified notice to the Offeror. 4. An Offeror that receives notification of debarment may appeal to an Appeal Board, hereinafter created, by diving written notice within ten (10) days from the date of receipt of the debarment notice, to the City Manager of its request for appeal. 5. An Appeal Board, consisting of not less than three members appointed by the City Manager with the approval of the City Council, will meet within thirty (30) days from the date of receipt of the request for appeal of debarment, unless Offeror requests an extension of time. The Offeror will be notified of the meeting time and location. 6. The Offeror will be afforded an opportunity to appear with Counsel if they so desire, submit documentary evidence, and confront any witness that the City presents. 7. The Appeal Board will render its decision not more than thirty (30) days of the hearing and send a certified notice to the Offeror. w. IR Minority and Women Business Enterprise Ordinance Attachment 1 - 8. If the Appeal Board upholds the original debarment, the Offeror may appeal to the City Council within ten (10) days from the date of receipt of the Appeal Board's decisions by giving written notice to the City Manager. 9. The appeal will be placed on the City Council agenda within thirty(30) days from receipt of written notice, unless Offeror requests an extension in writing. 10. From the date of notification of debarment and during the pendency of any appeal, the City will not consider offers from, award contracts to, renew or otherwise extend contracts with, or contract directly or indirectly through subcontracts with the Offeror pending the Appeal Board's decision. 11, Any MNVBE subcontractor or supplier who intentionally and/or knowingly misrepresents facts or otherwise violates the provisions of this ordinance may be determined to be irresponsible for a period not to exceed one (1) year, and if deemed irresponsible, such VIJWBE shall not be included in calculating an Offeror's responsiveness and barred from bidding on City work. X1. SEVERA13ILITY: If any provision of this attachment or ordinance, the application thereof to any person or circumstance is held invalid for any reason in a court of competent jurisdiction, such invalidity shall not affect the other provisions of any other application of this attachment or ordinance which can be given effect without the invalid provision or application, and to this end, ail the provisions of this attachment or ordinance are hereby declared to be severable. r r r r r r r r r r r r r r r r r r PART C GENERAL CONDITIONS r r r r r r r r r PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER, 1, 1987 TABLE OF CONTENTS C1-1 DEFINITIONS CI-1.1 Definition of Terms C1-I (1 ) C1-1.2 Contract Documents C1--1 (1 ) C1-1.3 Notice to Bidders C1-1 (2) C1---1.4 Proposal C1-1 (2 ) CI-1. 5 Bidder C1-1 (2) C1-1.6 General Conditions Cl-1 ( 2) C1-1. 7 Special Conditions C1-1 ( 2) C1-1. 8 Specifications Cl-1 (2 ) C1-1.9 Bond C1-1 ( 2 ) C1--1 .10 Contract C1-1 (3 ) C1-1.11 Plans Cl-1 (3 ) C1-1.12 City C1-1 ( 3 ) C1-1.13 City Council C1--1 ( 3 ) C1-1.14 Mayor Cl-1 ( 3 ) C1-1.15 City Manager C1-1 ( 3 ) C1-1.16 City Attorney C1-1 ( 3) C1---1.17 Director of Public Works C1-1 ( 4 ) C1-1.18 Director, City Water Department Cl-1 (4 ) C1-1.19 Engineer C1-1 (4 ) C1-1,20 Contractor C1--1 (4) C1-1. 21 Sureties C1-1 ( 4 ) C1-1.22 The work or Project Cl-1 ( 4 ) C1--1.23 Working Day C1-1 ( 4 ) C1-1.24 Calendar Day Cl-1 (4 ) C1-1.25 Legal Holiday Cl-1 ( 4 ) C1-1.26 Abbreviations C1-1 (5) C1-1. 27 Change Order C1-1 (6 ) C1-1.28 Paved Streets and Alleys C1-1 ( 6 ) C1-1.29 Unpaved Streets and Alleys C1-1 (6 ) C1-1.30 City Streets C1-1 (6 ) CI-1.31 Roadway C1-1 (6 ) C1-1.32 Gravel Street C1--1 (6 ) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2--2.1 Proposal Form C2--2 (1) C2--2. 2 Interpretation of Quantities C2--2 (1 ) C2-2. 3 Examination of Contract Documents and Site C2-2 (2) C2-2.4 Submitting of Proposal C2--2 (3 ) C2-2.5 Rejection of Proposals C2--2 (3 ) C2-2. 6 Bid Security C2-2 (3 ) (1 } C2-2. 7 Delivery of Proposal C2-2 (4) C2-2e8 Withdrawing Proposals C2-2 (4 ) C2---2. 9 Telegraphic Modification of Proposals C2-2 (4 ) C2-2. 10 Public Opening of Proposal C2-2 (4 ) C2-2.11 Irregular Proposals C2-2 (4 ) C2-2. 12 Disqualification of Bidders C2--2 (5) C3--3 AWARD AND EXECUTION OF DOCUMENTS C3-3. 1 Consideration of Proposals C3-3 (1) C3-3. 2 Minority Business Enterpise Women-Owned Business Enterprise compliance C3--3 (1) C3-3. 3 Equal Employment Provisions C3-3 (1 ) C3--3 . 4 Withdrawal of Proposals C3--3 (2 ) C3-3. 5 Award of Contract C3-3 (2) C3-3. 6 Return of Proposal. Securities C3-3 (2) C3-3 . 7 Bonds C3--3 (2) C3-3. 8 Execution of Contract C3-3 (4 ) C3--3 .9 Failure to Execute Contract C3-3 (4) C3-3. 10 Beginning Work C3-3 (4 ) C3-3. 11 Insurance C3-3 (4 ) C3-3. 12 Contractor 's Obligations C3-3 (7) C3-3. 13 Weekly Payroll C3-3 (7) C3-3. 14 Contractor 's Contract Administration C3-3 ( 7) C3-3.15 Venue C3-3 (8) C4--4 SCOPE OF WORK C4-4. 1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4--4 (1) C4-4.3 Increased or Decreased Quantities C4--4 (1) C4-4. 4 Alteration of Contract Documents C4--4 (2) C4-4. 5 Extra Work, C4-4 (2) C4-4. 6 Schedule of Operations C4-4 (3) C4--4. 7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4 ) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5--5. 2 Conformity with Plans C5-5 (1) C5-5. 3 Coordination of Contract Documents C5-5 (2) C5-5 .4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (3) C5-5 � 6 Field Office C5-5 (3) C5--5. 7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of Inspectors C5--5 (4) C5--5. 9 Inspection C5-5 (5) C5-5 .10 Removal of Defective and Unauthorized Work C5--5 (5) C5-5,11. Substitute Materials or Equipment C5-5 (5) C5-5.12 Samples and Tests of Materials C5-5 (6) C5-5e13 Storage of Materials C5-5 (6) C5-514 Existing Structures and Utilities C5--5 (7) C5---5, 15 Interruption of Service C5-5 (7) C5--5.16 Mutual Responsibility of Contractors C5--5 (8 ) C5-5 ,17 Cleanup C5-5 (8 ) C5-5e18 Final Inspection C5-5 ( 9 ) (2 ) P0 C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILI'T'Y C6-6.1 Laws to be Observed C6-6 (1) •* C6-6.2 Permits and Licenses C6-6 (1) C6-6 . 3 Patented Devices, Materials and Processes C6-6 (1) C6-6. 4 Sanitary Provisions C6-6 (2) �. C6-6.5 Public Safety and Convenience C6-6 (2) C6-6. 6 Privileges of Contractor in Streets, Alleys, and Right-of-Way C6-6 (3) C6-6.7 Railway Crossings C6-6 (4 ) C6-6. 8 Barricades, Warnings and Watchmen C6-6 (4) C6-6. 9 Use of Explosives, Drop Weight, etc. C6-6 (5) C6-6.10 Work Within Easements C6-6 (6 ) r• C6-6.11 Independent Contractor C6--6 (8) C6-6.12 Contractor 's Responsibility for Damage Claims C6-6 (8 ) C6--6.13 Contractor 's Claim for- Damages C6-6 (10) C6-6. 14 Adjustment of Relocation of Public Utilities, etc. C6-6 (10 ) C6-6. 15 Temporary Sewer Drain Connections C6-6 (10 ) C6-6.16 Arrangement and Charges of Water Furnished by City C6-6 (11) C6-6.17 Use of a Section of Portion of the Work C6-6 (11) ,. C6-6.18 Contractor 's Responsibility for Work C6-6 (11) C6-6,19 No Waiver of Legal Rights C6-6 (12) C6-6.20 Personal Liability of Public Officials C6-6 (12 ) C6-6. 21 State Sales Tax C6-6 (12) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7. 2 Assignment of Contract C7-7 (1) C7-7. 3 Prosecution of the Work C7-7 (1) C7-7. 4 Limitations of Operations C7-7 (2) C7-7.5 Character of Workman and Equipment C7-7 (2) w' C7-7. 6 Work Schedule C7--7 (3) C7--7. 7 Time of Commencement and Completion C7-7 (4) C7-7. 8 Extension of time of Completion C7-7 (4) C7-7. 9 Delays C7-7 (4 ) C7-7. 14 Time of Completion C7-7 (5) C7-7.11 Suspension by Court Order C7-7 (6) C7-7.12 Temporary Suspension C7-7 (6) C7-7.13 Termination of Contract due to National Emergency C7-7 (7) C7-7. 14 Suspension of Abandonment of the Work and Annulment of Contract C7-7 (7) C7-7.15 Fulfillment of Contract C7-7 (9) C7-7.16 Termination for Convenience of the Onwer C7--7 (10) C7-7.17 Safety Methods and Practices C7--7 (13) C8--8 MEASUREMENT AND PAYMENT 08--8.1 Measurement of Quantities C8-8 (1) '! C8--8. 2 Unit Prices C8-8 (1 ) (3) C8-8 . 3 Lump Sum C8-8 (1 ) C8-8. 4 Scope of Payment C8-8 (1 ) C8-8. 5 Partial Estimates and Retainage C8-8 (2 ) C8-8. 6 Withholding Payment C8-8 (3) C8-8. 7 Final Acceptance C8-8 (3) C8-8. 8 Final Payment C8-8 (3) C8-8. 9 Adquacy of Design C8-8 (4 ) C8-8 . 10 General Guaranty C8-8 (4 ) C8-8.11 Subsidiary Work C8-$ (5 ) C8-8.12 Miscellaneous Placement of Material C8-8 (5 ) C8-8.13 Record Documents C8-8 (5 ) (4 ) PART C - GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1 . 1 DEFINITIONS OF TERMS ; Whenever in these Contract Documents the following terms or pronouns in place of them are used , the intent and meaning shall be understood and interpreted as follows: C1-1 . 2 CONTRACT DOCUMENTS; The Contract Documents are all of the written and drawn documents , such as specifications , bonds , addenda , plans , etc . , which govern the terms and performance of the contract . These are contained in the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and include the following items: PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C -- GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brawn PART D - SPECIAL CONDITIONS Green PART E -- SPECIFICATIONS El-White E2--Golden Rod E2A-White PERMITS/EASEMENTS Slue PART F - BONDS (Sample) White PART G CONTRACT (Sample) White b. SPECIAL CONTRACT DOCUMENTS : The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items : PART A - NOTICE TO BIDDERS (Advertisement) Same as above PART B - PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEMENTS PART F BONDS PART G - CONTRACT PART H - PLANS (Usually hound separately) C1--1 (1) Cl-1 . 3 NOTICE TO BIDDERS : All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. CI-1 . 4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal , which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1 . 5 BIDDER : Any person , persons , firm, partnership , company, association, corporation, acting directly or through a duly authorized representative , submitting a proposal for performing the work contemplated under the Contract Documents , constitutes a bidder. CI-1 . 6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes , and requirements of the City of Fort Worth ' s charter and promulgated ordinances . Wherever there may be a conflict between the General Conditions and Special Conditions , the latter shall take precedence and shall govern. C1 -1 . 7 SPECIAL CONDITIONS ° Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions . When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project, C1-1o8 SPECIFICATIONS : The specifications is that section or part of the Contract Documents which sets forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed and useful project. Whenever reference is made to standard specifications, regulations, requirements , statutes , etc . , such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1 . 9 BOND: The bond or bonds are the written guarantee or security furnished by the Contractor for the prompt and Cl-1 (2) faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3--3 .7") b. Payment Bond (see paragraph C3-3 .7 ) C. Maintenance Bond (see paragraph C3--3.7 ) d. Proposal or Bid Security (see Special Instructions to Bidders, part A and C2-2 .5) C1-1. 10 CONTRACT: The Contract is the formal signed agreement between the Owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. CI-1. 11 PLANS : The plans are the drawings or reproductions therefrom made by the Owner ' s representative showing in detail the location , dimension and position of the various elements of the project , including such profiles , typical cross-sections , layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the owner . The plans are usually bound separately from other parts of the Contract Documents , but they are a part of the Contract Documents just as though they were bound therein. C1-1 . 12 CITY : The City of Fort Worth , Texas , a municipal corporation, authorized and chartered under the Texas State Statutes , acting by and through its governing body or its City Manger , each of which is required by charter to perform specific duties . Responsibility for final enforcement of Contracts involving the City of Fort Worth is by Charter vested in the City Manager . The terms City and Owner are synonymous. C1-1 . 13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1. . 14 MAYOR : The officially elected Mayor , or in his absence, the Mayor Pro tem of the City of Fort Worth, Texas. C1-1. 15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth , Texas, or his duly authorized representative. C1--1. 16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth , Texas , or his duly authorized representative. Cl-1 (3 ) CI-1 . 17 DIRECTOR OF PUBLIC. WORKS- The duly appointed official of the City of fort Worth, referred to in the Charter as the City Engineer, or his duly authorized representative. C1-1 . 1$ DIRECTOR , _CITY WATER DEPARTMENT: The duly appointed Director of the City Water Department of the City of Fort Worth , Texas , or his duly authorized representative , assistant, or agents. C1-1. 19 ENGINEER: The Director of Public Works, the Director of the Fart Werth City Water Department , or their duly authorized assistants , agents , engineers , inspectors , or superintendents , acting within the scope of the particular duties entrusted to them. C1-1 . 20 CONTRACTOR : The person , persons , partnership , company, firm, association , or corporation, entering into a contract with the Owner for the execution of the work, acting directly or through a duly authorized representative . A sub-contractor is a person, first, corporation, or others under - contract with the principal contractor , supplying labor and materials or only labor, for work at the site of the project. C1-1. 21 SURETIES : The Corporate bodies which are bound by such bonds are required with and for the Contractor . The sureties engaged are to be fully responsible for the: entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1. 22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents , including but not limited to the furnishing of all labor , materials , tools , equipment, and incidentals necessary to produce a completed s and serviceable project . C1-1. 23 WORKING DAY : A working day is defined as a calendar day, not including Saturdays, Sundays , and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not -less than seven ( 7 ) hours between 7 : 00 a.m. and 5 : 00 p.m. , with exceptions as permitted in paragraph C7-7 . 5. C1-1. 24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. Cl-1 . 25 LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows; C1-1 (4 ) 1. New Year ' s Day January 1 2 . M. L. Ming, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in. May 4 . Independence Day July 4 5 . Labor Day First Monday in September 6 . Thanksgiving Day Fourth Thursday in November 7 . Thanksgiving Friday Fourth Friday in November S. Christmas Day December 25 9 . Such other days in lieu of holidays as the City Council may determine When one of the above named holidays or a special holiday is declared by the City Council, falls on Saturday, the holiday shall be observed on the preceding Friday or if it falls on Sunday, it shall be observed on the following Monday , by those employees working on working day operations . Employees working calendar day operations will consider the calendar holiday as the holiday. Cl-1 . 26 ABBREVIATIONS : Wherever the abbreviations defined herein appear in Contract Documents , the intent and meaning shall be as follows: AASHTO - American Association of MGD - Million Gallons Per State Highway Transportation Day officials ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second LAW - In Accordance With ASTM - American Society of lain. - Minimum Testing Materials Mono.--- Monolithic AWWA - American Water Works % - Fercentum - Association R - Radius ASA American Standards Association I.D. - Inside Diameter HI -- Hydraulic Institute O. D . - Outside Diameter Asph. - Asphalt Elev.- Elevation ,Ave. Avenue F - Fahrenheit Blvd. - Boulevard C - Centigrade CI - Cast Iron In. - Inch CL Center Line Ft. - Foot GI - Galvanized Iron St. Street Lin. _ Linear or Lineal CY - Cubic Yard lb Pound Yd. - Yard MH - Manhole SY - Square Yard Max, - Maximum L.F. - Linear Foot D. I . - Ductile Iron t Cl-1 (5 ) C1 -1 . 27 CHANGE ORDER : A " Change Order " is a written t supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the _ scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders " shall be prepared by the City from information as necessary furnished by the Contractor . C1-1. 28 PAVED STREETS AND ALLEYS : A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment , not including an oiled surface , with or without separate base material. 3 . Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1 . 29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface zs any area except those defined above for "Paved Streets and Alleys. " C1-1. 30 CITY STREETS: A city street is defined as that area between the right-of-way lines as the street is dedicated. C1-1. 31 ROADWAY: The roadway is defined as the area between parallel lines two ( 2 ' ) feet back of the curb lines or four (4 ' ) feet back of the average edge of pavement where no curb exists, C1-1 . 32 GRAVEL STREET: A gravel street is any unpaved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. Cl-1 (5 ) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2. 1 PROPOSAL FORM; The Owner will furnish bidders with proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder ' s general understanding of the project to be completed, provide a space for furnishing the amount of bid security , and state the basis for entering into a formal contract . The Owner will furnish forms for the Bidder ' s "Experience Record, " "Equipment. Schedule , " and "Financial Statement, " all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status . This _ statement must be current and not more than one ( 1 ) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification . Liquid assets in the amount of ten ( 10% ) percent of the estimated project cost will be required. rFor an experience record to be considered to be acceptable for a given project , it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received , and such experience must have been on projects completed not more than five ( 5 ) years prior to the date on which are to be received . The Director of the Water F department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has 7- available for the project and state that he will rent such additional equipment as may be required to complete the I project on which he submits a bid. }' C2-2 . 2 INTERPRETATION OF QUANTITIES ; The quantities of work and materials to be furnished as may be listed in the proposal r C2--2 (l ) r forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or _ decreased as hereinafter provided , without in any way invalidating the unit prices bid or any other requirements of the Contract Documents . C2-2. 3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROTECT: Bidders are advised that the Contract Documents on file with the owner shall constitute all of the information which the owner will furnish. All additional information and data which the owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents . Bidders are required, prior to the filing of proposal, to read and become familiar with the Contract Documents , to visit the site of the project and examine carefully all local conditions , to inform themselves by their own independent research and investigations, tests , boring, and by such other means as may be necessary to gain a complete knowledge: of the conditions which will be encountered during the construction of the project . They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders shall rely exclusively and solely upon their own estimates , investigation , research , tests , explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigations , examinations and tests herein required . Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed The logs of Soil Barings , if any, showing on the plans are for general information only and may not be correct. Neither the C2-2(2) Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2. 4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices , written in ink in both words and numerals , for which he proposes to do the work contemplated or furnishe the materials required. All such prices shall be written legibly. In case of discrepancy between the price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or partnership, the name and address of each member must be given , and the proposal must be signed by a member of the firm, association , or partnership , or by a person duly authorized . If a proposal is submitted by a company or corporation , the company or corporate name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed . Power of Attorney authorizing agents or others to sign proposal must be properly certified and roust be in writing and submitted with the proposal. C2-2. 5 REJECTION OF PROPOSALS : Proposals may be rejected if they show any alteration of words or figures , additions not called for , conditional or uncalled for alternate bids , incomplete bads, erasures , or irregularities of any kind, or contain unbalance value of any items . Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2. 6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and in the amount indicated in the "Notice to Bidders" and the "Proposal . " The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof . The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2(3 ) C2--2 . 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered , accompanied by its proper Hid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to - Bidders . " It is the Bidder ' s sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. _The Bidder must have the proposal actually delivered. Each proposal- shall be in a sealed envelope plainly marked with the word "PROPOSAL, " and the name or description of the project as designated in the "Notice to Bidders. " The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2 . 8 WITHDRAWING PROPOSALS : Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals . A request for non-consideration of a proposal must be made in writing , addressed to the City Manager , and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner , be returned unopened. C2-2. 9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the: said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. if such confirmation is not received within forty-eight (48 ) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2. 10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders. " All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 , 11 IRREGULAR PROPOSALS: Proposals shall be considered as being "Irregular" if they show any omissions , alterations of form, additions , or conditions not called for , unauthorized alternate bids, or irregularities of any kind. However , the C2-2( 4 ) Owner reserves the right to waive any and all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which cannot be waived. C2- 2 . 12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their proposals not considered for any of , but not limited to, the following reason: a. Reasons for believing that collusion exists among bidders. b. Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. C . The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d. The bidder being in arrears on any existing contract or having defaulted on a previous contract. e. The bidder having performed a prior contract in an unsatisfactory manner. f . Lack of competency as revealed by the financial statement , experience record, equipment schedule , and such inquiries as the Owner may see fit to make. g . Uncompleted work which , in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h . The bidder not filing with the Owner , one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions. 2 . A current experience record showing especially the projects of a nature similar to the one under consideration , which have been successfully completed by the Bidder. 3 . An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of a bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein , shall be set aside and not opened. C2-2(5 ) PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3 . 1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal , and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner , the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. C3 -3 . 2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request , complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and or a a Woman--owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees , upon request by Owner , to allow and audit and/or an examination of any books, records, or files in the possession of Contractor that will substantiate the actual work performed by the MBE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and .for initiating any action under appropriate federal , state or local laws and ordinances relating to false statements; further , any such misrepresentation may be grounds for disqualification of Contractor at Owner ' s discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6 ) months. C3-3 . 3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinance prohibiting discrimination in employment practices. C3-3 (1) The Contractor shall post the required notice to that effect on the project site , and, at his request , will be provided assistance by the City of Fort Worth ' s Equal Employment Officer who will refer any qualified applicant he may have on _ file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment officer. C3-3 . 4 WITHDRAWAL, OF PROPOSALS; After a proposal has been read by the Owner it cannot be withdrawn by the Bidder within forty-five ( 45 ) days after the date on which the proposals were opened. C3- 3 . 5 AWARD OF CONTRACT: The Owner reserves the right to withholdfinal action on the proposals for a reasonable time, not to exceed forty-five ( 45 ) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if an award is made, will be to the lowest and best responsible bidder. _ The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3 . 6 RETURN OF PROPOSAL SECURITIES : As soon as proposed price totals have been determined for comparison of bids , the Owner may , at its discretion, return the proposal security which accompanied the proposals which , in its judgment , would not be considered for the award . All other proposal securities , usually those of the three lowest bidders , will be retained by the Owner until the required contract has been executed and bond furnished or the owner has otherwise disposed of the bids, after which they will be returned by the City Secretary, C3-3 . 7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to , and file with the Owner in the amounts herein required, the fallowing bonds: a. PERFORMANCE BOND : A good and sufficient performance bond in an amount not Jess than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the _ Contractor , or improper execution of the work or the use of inferior materials . This performance C3- 3 (2) bond shall guarantee the payment for all labor , materials , equipment , supplies , and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND : A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt , full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in an amount not less than 100 percent of the amount of the contract , as evidenced by the proposal tabulation or otherwise , guaranteeing the prompt, full and faithful payment of all claimants as defined in Article 5160 , Revised Civil Statutes of Texas , 1925 , as amended by House Bill 344 Acts 56th Legislature, Regular Session, 1959 , effective April 27 , 1959 , and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS : Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the owner . All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth , Texas , and which is acceptable to the owner . In order to be acceptable, the name of the surety shall be included on the current U . S . Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a C3-3 (3 ) new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties , as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3 . 8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has by appropriate resolution, or otherwise, awarded the contract., the Contractor shall execute and file with the Owner the Contract and such bonds as may be required in the Contract Documents . No contract shall be binding upon the owner until it has been attested by the City Secretary , approved as to form and legality by the City Attorney, and executed for the owner by either the Mayor or City Manager. C3-3 . 9 FAILURE TO EXECUTE CONTRACT : The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10 ) days after the contract is awarded shall be considered by the Owner as an abandonment of his proposal , and the Owner may annul the Award. By reason of the uncertainty of the market prices of material and labor , and it being impracticable and difficult to accurately _ determine the amount of damages occuring to the Owner by reason of said awardee ' s failure to execute said bonds and contract within ten ( 10 ) days , the proposal security accompanying the proposal shall be the agreed amount of damages which Owner will suffer by reason of such failure on the part of the Awardee and shall thereupon immediately be forfeited to the Owner. R The filing of a proposal will be considered as an acceptance of this provision by the Bidder. C3-3 . 10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner . Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed the "Work Order" or "Proceed Order", it is agreed that the Surety Company will , within ten ( 10 ) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 . 11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all the insurance required under the Contract Documents , and such insurance has been approved by the Owner . The prime Contractor shall be responsible for delivering to the Owner the sub-contractors ' C3-3 (4 ) certificate of insurance for approval . The prime contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors . It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors. a. COMPENSATION INSURANCE : The Contractor shall maintain , during the life of this contract , Workers ' Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers ' Compensation Statute, the Contractor shall provide adequate employer ' s general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor ' s Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $ 500 , 000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500 , 000 covering each occurrence on account of property damage with $2 ,000 ,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor ' s Liability for acts of sub-contractors) . 2. Blasting, prior to any blasting being done. 3, Collapse of buildings or structures adjacent to excavation ( if excavations are to be performed adjacent to same) . 4, Damage to underground utilities for $500,000, C3-3 (5) 5. Builder' s risk (where above ground structures are involved) . 5. Contractual Liability ( covers all indemnification requirements of Contract) . d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain , during the life of this Contract, Comprehensive Automobile Liability insurance in an amount not less than $ 250 , 000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $ 500 , 000 on account of one accident , and automobile property damage insurance in an amount not less than $100, 000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD : The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors , respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of coverage by insurance required in these Contract Documents in amounts and by carriers satisfactory to the Owner . ( Sample attached. ) All insurance requirements made upon the Contractor shall apply to the sub- contractor , should the Prime - Contractor ' s insurance not cover the subcontractor ' s work operations. gm LOCAL AGENT FOR INSURANCE AND BONDING : The insurance and bonding companies with whom the Contractor ' s insurance and performance, payment , maintenance and all such other bonds are written shall be represented by an agent or agents having an office located within the city limits of the C3-3 (6) City of Fort Worth, Tarrant County, Texas . Each such agent shall be a duly qualified, one upon whom service of process may be had , and must have authority and power to act on be of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant , any claims that the City of Fort Worth or other claimant or any property owner who has been damaged , may have against the Contractor , insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding compapies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth-Dallas area . The name of the agent or agents shall be set forth on all of such bonds and certificates of insurance. C3-3 . 12 CONTRACTOR' S OBLIGATIONS : Under the Contract, the Contractor shall pay for all materials , labor and services when due. C3--3 . 13 WEEKLY PAYROLL: A certified copy of each payroll covering payment of wages to all person engaged in work on the project at the site of the project shall be furnished to the Owner 's representative within seven ( 7 ) days after the close of each payroll. period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract . Copies of the wage rates will be furnished the Contractor, by the owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3 . 14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person , persons , partnership , company , firm , association , corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area . The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent ) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or otherwise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditures, all claims against the work or any other C3-3 ( 7) t matter associated such as maintaining adequate and appropriate insurance or security coverage for the project . Such local authority for administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor ' s principal base of operations be other than in the Fort Worth-Dallas metropolitan area, notification of the Contractor ' s assignment of local authority shall be made in writing to the Engineer in advance of any work on the project , all appropriately signed and sealed, as applicable, by the Contractor ' s responsible officers with the understanding that this written assignment of authority to a local representative shall become part of the project Contract as though bound directly into the project documents . The intent of these requirements is that all matters associated with the Contractor ' s administration , whether it be oriented _ in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor 's local representative fail to perform to the satisfaction of Engineer, the Engineer, at his sole discretion , may demand that such local representative be replaced and the Engineer may, at his sole discretion , stop all work until a new local authority satisfactory to the Engineer is assigned . No credit of working time will be for periods in which work stoppages are in effect for this reason. C3-3 . 15 VENUE : venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (8 ) PART C - GENERAL CONDITIONS C4-4 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4 . 1 INTENT OF CONTRACT DOCUMENTS ; it is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish , all in full compliance with the requirements and intent of the Contract Documents . It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment , special services , and incidentals necessary to the prosecution and completion of the project. C4-4 . 2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, then "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be a part of the Contract Documents just as though they were originally written therein. C4-4 . 3 INCREASED OR DECREASED QUANTITIES. The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered , increased or decreased at the unit prices. 1 Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for 'Extra Work, " No allowance will be made for any changes in anticipated profits nor shall such changes be considered as r C4-4 (1 ) waiving or invalidating any conditions or provisions of the Contract Documents . variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted herein as applying to the overall quantities or sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 . 4 ALTERATION OF CONTRACT DOCUMENTS: By Change Order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner , provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents, C4-4 . 5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract. Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided, however, that before any extra work is begun a "Change Order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sumo C. The actual reasonable cost of ( 1 ) labor, ( 2 ) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates ; ( 3 ) materials entering permanently into the project , and (4 ) actual cost of insurance , bonds , and social security as determined by the Owner , plus a fixed fee to be agreed upon but not to exceed 10% of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owned by him and used for the extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in ( 1 ) , (2 ) , ( 3 ) , and ( 4 ) above. The Contractor shall keep accurate cost records on the form and in the method C4-4 ( 2 ) suggested by the Owner and shall give the Owner access to all accounts , bills , vouchers , and records relating to the Extra Work, No "Change Order" shall become effective until it has been approved and signed by each of the Contracting parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the owner . In case any orders or instructions , either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation , he shall make written request to the Engineer for written orders authorizing such Extra Work , prior to beginning such work. Should a difference arise as to what does or does not. constitute Extra Work, or as to the payment thereof , and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep an accurate account of the actual reasonable cost thereof as provided under method ( Item C ) . Claims for extra work will not be paid unless the Contractor shall file his claim with the owner within five ( 5 ) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon the said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the: actual installation. The compensation agreed upon for ' extra work' whether or not iniitiated by a ' change order ' shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost , or any other effect on changed or unchanged work as a result or the change or extra work. C4-4 . 5 SCHEDULE OF OPERATIONS: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner ' s approval thereof, a "Schedule of Operations , " showing by a straight line method the date of commencing and finishing each of the major elements of the contract . There shall be also shown the estimated monthly cast of work for which estimates are to be expected, There C4-4 (3l shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and the percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the owner. C4 -4 . 7 PROGRESS SCHEDULES FOR WATER AND- SEWER PLANT FACILITIES: Within ten ( 101 days prior to submission of first monthly progress payment , the Contractor shall prepare and submit to the Owner for approval six copies of the schedule in which the Contractor proposes to carry on the work, the date of which he will start the several major activities ( including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses , the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer . The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Owner. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor ' s understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to time constraints , sequencing requirements and completion time. b. The construction process shall be divided into activities with time durations of approximately fourteen (14 ) days and construction values not to exceed $50 , 000 . Fabrication , delivery and submittal activities are exceptions to this guideline. C4-4 ( 4 ) C. Durations shall be in calendar days and normal holidays and weather conditions over the duration of the contract shall he accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is , defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner . f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be broken down into activities in enough detail to achieve activities of approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts , the construction schedule shall indicate the following procurements , construction and preacceptance activities and events in their logical sequence for equipment and materials . 1. Preparation and transmittal of submittals. 2e Submittal review periods, 3 . Shop fabrication and delivery. 4 . Erection or installation. 5 . Transmittal of manufacturer ' s operation and maintenance instructions. 6 , Installed equipment and materials testing. 7 , owner ' s operator instruction ( if applicable) . S , Final inspection , C4-4 (5 ) 9 . Operational testing. 10. Final inspection. If , in the opinion of the Owner , work accomplished falls behind that scheduled , the: Contractor shall take such action as necessary to improve his progress. in addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the Owner finds the proposed plan not acceptable , he may require the Contractor to increase the work force, the construction plant and equipment , the number of work shifts or the overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with such diligence as will insure its completion within the time specified. C4--4 [ 6 } PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5. 1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. He shall decide all questions which arise as to the quality and acceptability of materials furnished , work performed, rate of progress of the work, overall sequence of the construction ,' interpretation of the Contract Documents , acceptable fulfillment of the contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations , and all other questions or disputes which may arise . Engineer will not be responsible for Contractor ' s means , methods , techniques , sequences or procedures of construction , or the safety precaution and programs incident thereto , and he will not be responsible for Contractor ' s failure to perform the work in accordance with the contract documents . He shall determine the amount and quality of the work completed and materials furnished , and his decisions and estimates shall be final . His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters , the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the Owner and Contractor , a written decision on the matter in controversy. C5-5. 2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines , grades , cross-sections , finish , and dimensions shown on the plans or any other requirements otherwise described in the Contract Documents , Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the owner by Change Order, C5--5 (1) C5-5 . 3 COORDINATION OF CONTRACT DOCUMENTS : The Contract Documents are made up of several sections , which , taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions , plans shall govern over specifications, special conditions shall govern over general conditions and standard 'specifications, and quantities shown on the plans shall govern over those shown in the proposal . The Contractor shall not take advantage of any apparent error or omission in the Contract Documents, and the Owner shall be permitted to make such corrections or interpretations as may be deemed necessary for the fulfillment of the intent of the Contract Documents . In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in the drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5 . 4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of the Contract Documents and shall have available on the site of the project at all times one set of such Contract Documents. The Contract shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer , his inspector , and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent , English--speaking superintendent and an assistant who are fully authorized to act as the Contractor ' s agent on the work . Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the owner, the Engineer , or his authorized representatives . Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor ' s agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas and shall be subject to call, as is the project Superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to C5-5 (2) adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5 . 5 EMERGENCY AND/OR RECTIFICATION WORK: When , in the opinion of the owner or Engineer , a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition . Such a response shall occur day or night, whether the project is scheduled on a calendar-•day or on a working-day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies , omissions , or corrections necessary to conform with the requirements of the project specifications or plans , the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request , or does not show just cause for not taking the proper action, within 24 hours , the City may take such remedial action with City forces or by contract . The City shall then deduct an amount equal to the entire costs for such remedial action, plus 25% , from any funds due the Contractor on the project. C5-5 . 6 FIELD OFFICE: The Contractor shall provide , at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 by 14 feet in floor area, substantially constructed , well heated , air conditioned , lighted, and weather-proof , so that documents will not be damaged by the elements, C5--5 . 7 CONSTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines , grades , and measurements necessary to the proper prosecution and control of the work contracted for under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. C5-5 ( 3 ) These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for the Contractor ' s use or guidance shall be preserved by the Contractor_ until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer , any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor . C5 -5 . 8 AUTHORITY AND DUTIES OF CITY INSPECTORS : City Inspectors will be authorized to inspect all work done and to be done and all materials furnished . Such inspection may extend to all or any part of the work., and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents , and to call the attention of the Contractor to any such failure or other infringements . Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have authority to reject materials or equipment to suspend work until the question at issue can be referred to and be decided by the Engineer . The City Inspector will not , however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary to the requirements of the Contract Documents . He will in no case act as superintendent or foreman or perform any other duties for the Contractor , or interfere with the management or operation of the work, He will not accept from the Contractor any compensation in any form for performing any duties . The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents , provided, however, should the - Contractor object to any orders or instructions of the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in controversy. C5-5 {4 } C5-5 . 9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests , the Contractor shall , at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should be work so exposed or examined prove to be unacceptable, the uncovering or removing and the replacing of all adjacent defective or damaged parts shall be at the Contractor ' s expense. No work shall be done or materials used without suitable supervision or inspection. C5-5 . 10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work, materials , or equipment which has been rejected small be remedied or removed and replaced in an acceptable manner by the Contractor at his own expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specifically provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner . Work so done may be ordered removed at the Contractor ' s expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due to the Contractor . Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such works. C5 -- 5 . 11 SUBSTITUTE MATERIALS OR EQUIPMENT : If the Specifications , law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified , and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference , make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the functions called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified and identifying all variations of the proposed C5-5 (5 ) f;Ji•�; t In ��� substitute from that specified and indicating available maintenance service . No substitute shall be ordered or installed without the written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent . No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which .shall be furnished at Contractor ' s expense . Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against the claims, damages, losses and expenses ( including attorneys fees) arising out of the use of substituted materials or equipment. C5-5 . 12 SAMPLES AND TESTS OR MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents , tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless otherwise specifically provided. The failure of the Owner to make any tests of materials shall be in no way relieve the Contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials , unless otherwise specified , will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner . The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not , without specific written permission of the Engineer, use the materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete , the aggregates , design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contactor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete , using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of the new materials, C5-5 . 13 STORAGE OF MATERIALS: All materials which are to be used in the construction operation shall be stored so as to insure the preservation of the quality and fitness of the work. When directed by the Engineer , they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the C5-5 (6 ) ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5 . 14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the Plans relative to existing utilities are based on the best information available. Omission from, or the inclusion of utility locations on the Plans is not to be considered as the nonexistence of, or a definite location of, existing underground utilities . The location of many gas mains , water mains , conduits, sewer lines and service lines for all utilities , etc . , is unknown to the Owner , and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision for which is not made in the Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply.. It shall be the Contractors responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances . The Contractor shall take all necessary precautions in order to protect all existing utilities , structures and service lines. Verification of existing utilities, structures and service lines shall include notification of all utility companies at least forty eight ( 4$ ) hours in advance of construction including exploratory excavation if necessary . All verification of existing utilities and their adjustment shall be considered as subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: as Normal Prosecution: In the normal prosectuion of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: 1. Notify the Water Department ' s Distribution Division as to location , time, and schedule of service interruption. C5-5 (7) 2 . Notify each customer personally through responsible personnel as to time and schedule of the interruption of their service, or 3 . In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer ' s entrance doer knob . The tag shall be durable in composition, and in large bold type shall say: "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be inter- rupted on between the hours of and This inconvenience will be as short as possible. Thank you, Contractor Address Phone b. Emergency : In the event that an unforeseen service interruption occurs , notice shall be as above,but immediate. C5-5 . 16 MUTUAL RESPONSTSTLITY OF CONTRACTORS: If , through acts or neglect on the part of the Contractor , any other Contractor or any sub-contractor shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-contractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner will notify the Contractor , who shall indemnify and save harmless the Owner against any such claim. C5-5 . 17 CLEAN-UP: Clean---up of surplus and/or waste materials accumulated on the fob site during the prosecution of the work. under these Contract Documents shall be accomplished in keeping with a daily routine established to the the satisfaction of the Engineer . Twenty-fours fours after written notice is given to the Contractor that the clean-uta on the job site is proceeding in a manner unsatisfactory to the Engineer , if the Contractor fails to correct the C5-5 (S) unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action , plus 25% of such costs , shall be deducted from monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents , and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials , temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright , clean , polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5--5. 18 FINAL INSPECTION ; Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final cleanup performed, the Engineer will notify the proper officials of the owner and request that the Final inspection be made . Such inspection will be made within 10 days after such notification . After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council . No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (9 ) PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders , laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers , agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation , or order , whether it be by himself or his employees. C6-6 . 2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses , pay all charges , costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. ■" C6-6 . 3 PATENTED DEVICES , MATERIALS_ AND PROCESSES: If the Contractor is required or desires to use any design, device , material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design . It is mutually agreed and understood that without exception the contract prices shall include all royalties or cost arising from patents, trade-marks, and copy rights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the owner from any and all claims for infringement by reason of the use of any such patented design , device , material or process , or any trade-mark or copy right in connection with the work agreed to be performed under these Contract Documents , and shall indemnify the owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the: prosecution of the work or after completion of the work, provided, however , that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon by the design , type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner , and to hold the Contractor harmless on account of such suits. C6-6 fly C6-6 . 4 SANITARY PROVISIONS : The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor . The necessary sanitary conveniences for use of laborers on the work , properly secluded from public observation , shall be constructed and maintained by the Contractor and their use shall be strictly enforced by the Contractor . All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6 . 5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be so placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than: is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to property contiguous to the work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings . Such provisions may incliide bridging, placement of crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer. if diversion of traffic is approved by the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer at any location, the Contractor shall make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his own expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in the construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes , police call boxes ,, water valves ; C6-6 (2) gas valves , or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor , save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work done or materials furnished by the Owner or by the City shall be deducted from monies due or to become due to the Contractor. The Contractor , after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer , and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and, when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets , alleys, or hydrants are again placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. The Contractor shall at all times conduct his operation and the use of construction machinery so as not to damage or destroy trees and shrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6 . 6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS , AND RIGHT-OF-WAY: For the performance of the contract , the Contractor will be permitted to use and occupy such portions of the public streets and alleys , or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents , or as may be specifically authorized in writing by the Engineer . A reasonable amount of tools, materials , and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . Excavated and waste materials shall be piled or stacked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. if the street is occupied by railway tracks, the work shall be C6--6 (3 ) carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc . Other contractors of the Owner may, for all purposes required by the contract , enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work . Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6. 7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railway , the City will secure the necessary easement for the work. Where the railway tracks are to be crossed , the Contractor shall observe all the regulations and instructions of the railway company as to the methods of performing the work and take all precautions for safety of property and the public. Negotiations with the railway companies for permits shall be done by and through the City. The Contractor shall give the City notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties . The Contractor will not be given extra or additional compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 . 8 BARRICADES, WARNINGS AND WATCRMEN: Where the work is carried on in or adjacent to any street , alley , or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades , fences , lights and danger signals , shall provide such watchmen, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways " , codified as Article 6701d Veron's Civil Statutes, pertinent sections being Section Nos. 27 , 29 , 30 and 31 , C6_6 fol w The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign which has been erected by the City . If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works department , Signs and Markings Division ( phone number 8780-8075 ) , to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met . When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor will be held responsible for all damage to the work or the public due to failure of barricades , signs , fences , lights , or watchmen to protect them . Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor ' s own expense . The Contractor ' s responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation , except as specifically provided in these Contract Documents, will be paid to the Contractor for the work and materials involved in the constructing , providing, and maintaining of barricades , signs , fences , and lights or for salaries of watchmen , for the subsequent removal and disposal of such barricades , signs , or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6•-6 . 9 USE OF EXPLOSIVES , DROP WEIGHT, ETC. : Should the Contractor elect to use explosives, drop weight, etc . , in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property . The Contractor shall notify the proper representative of any public service corporation , any company , individual , or utility, and the Owner, not less than twenty-four hours in C6-6 (5 ) advance of the use of any activity which might damage or - endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Contract Documents , or the use of explosives is requested, the Contractor shall Submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. All claims arising out of the use of explosives shall be investigated and a written report made by the Contractor ' s insurers to the Engineer within ten (10) days after receipt of written notice of the claim to the Contractor from either the City or the claimant . The City shall proceed to give notice to the Contractor of any such claim. The use of explosives may be suspended by the Engineer if any complaint is received and such use shall not be resumed until the cause of the complaint has been addressed. Whenever explosives are stored or kept, they shall be stored in a safe and secure manner and all storage places shall be plainly marked "DANGEROUS EXPLOSIVES" and shall he under the care of a competent watchman at all times . All vehicles in which explosives are being transported shall be plainly marked as mentioned above and shall , insofar as possible, not use heavy traffic routes. C6-6 . 10 WORK WITHIN EASEMENTS; Where the work passes over, through , or into private property, the Owner will provide such right-of-way or easement privileges as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his own expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified 'approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer . Unless specifically provided otherwise , the Contractor shall clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations . The Contractor shall be responsible for the preservation of and shall use C6-6 (6 ) eery precaution to prevent damage to all trees , shrubbery, plants, lawns, fences, culverts, curbing, and all, other types of structures or improvements , to all water, sewer, and gas, lines, to all conduits, overhead pole lines , or appurtenances thereof, including the construction of temporary fences, and to all other public or private property along adjacent to the work. The Contractor shall notify the proper representatives of ,. owners or. occupants of public or private lands or interest in lands which might-'be affected by the work. ' Such notice shall be made at least 48 hours in advance of the beginning of the work_ Notices shall be applicable to both public and private utility companies or any corporation, company, individuals or other, either as owners or occupants , whose land or interest in land might affected by the work- The Contractor shall, be responsible for all damage or injury to property of any character resulting from any act , omission , neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof on the part of the Contractor, he shall restore or have restored at his own cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise replacing and restoring as may be directed by the owner, or he shall make good such damages or injury in .a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project C6--6 (7) proposal. Therefore , no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property to make good such damage or injury, the - Owner _ may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results , proceed to repair, rebuild, or otherwise restore such property "as may be determined by the Owner tq be necessary, and the cost thereby will be deducted from any monies due or to become due to the Contractor under this Contract- C6-6 _11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer , agent , servant or employee of. the owner Contractor shall have exclusive control of and the exclusive right to control the details of all the work and services performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers , agents , servants , employees , contractors , subcontractors, licensees and invitees _ The doctrine of respondeat superior shall not apply as between owner and Contractor, its officers , agents , employees, contractors and subcontractors , and nothing herein shall be construed as creating a partnership or joint enterprise between owner and Contractor. C5-5.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS_ Contractor covenants and agrees to and does hereby indemnify, bold harmless and defend, at its own expense, Owner, its officers, agents, servants and employees, from and against any and all claims or snits for property loss or damage and/or personal injury, including death., to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with,directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused in whole or _a_RaLL_hYAhe011e ed ne li ence of the officers a encs servants_ etn to ees - contractors subcontractors licensees and invitees of the Ci - and said Contractor does hereby covenant and agree to assume all liability and responsibility of City, its officers, agents, servants and employees for any and all claims or suits for property loss or darnage and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with,directly or indirectly, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not caused, in whole or in art b the 011e ed ne lx ence o the officers a tints servants Mployee , C6-6 (8 ) db FM contractors, subcontractors, licen-sees and invitees of the Qq. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless City from and against any and all injuries,damage, loss or destruction to property of City during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in part any and all alleged acts or omissions officers, agents servants, employees, contractors, subcontractors, licensees, invitees of Owner. In the event a written claire for damages against the contractor or its subcontractors remains Unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved_ If the Claim concerned remains unsettled as of the expiration of the above 3o-da period, 7'rP Y l� > the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. + The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1_ The claim has been settled and a release has been obtained from the claimant involved,or r2_ Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed_ If condition 1 above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made_ If condition (2) above is met at any time within the six month period,the Director nzay recornmend that final payment to the Contractor be made_ At the expiration of the six month period, the Director may C6-6 (9 ) recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director_ The Director may, if lie deeuts it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract- (Revision Date. April 15, 1999) C6-6-13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation for any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a _ written statement to the Engineer, setting out in detail the mature of the alleged damage, and on or before the 25th day of the month succeeding that in which any such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such alleged damage and, upon - request, shall give the Engineer access to all books of account, receipts, vouchers, bulls of lading, and other books or papers containing any evidence as to the araount of such alleged damage- Unless such statements shall be filed as hereinabove required, the Contractor ' s claim _ for compensation shall be waived, and he shall not be entitled to payment on account of such damages- CG-6-14 amages_C6---6-14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC. In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer- The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of snaking such changes or repairs to their property that may be necessary by the performance of this contract- C6-6- 15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing '- sewer limes have to be taken up or removed, the Contractor- shall , at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers_ The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers , and for this purpose he shall provide and maintain, at his own cost and expense , adequate pumping facilities and temporary outlets or diversions. The Contractor, at his own cast and expense, shall construct such troughs, pipes , or other structures necessary, and be prepared at all times to dispose of drainage and sewage C6-6 (lo ) — received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connectionG shall be kept in service and maintained under the Contract , except when -specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6 . 16 ARRANGEMENT AND' CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing . City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor ' s responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1. 2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. when meters are used to measure the water , the charges, if any, for water will be at the regular established rates. When meters are not used , the charges , if any , will be as prescribed by the City Ordinance , or where no ordinance applies , payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C6-6 . 17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written order of the Engineer , and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents . All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or to deficient operations on the part of the Contractor , shall be performed by the Contractor at his own expense. C6-6 . 18 CONTRACTOR ' S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents , the work shall be under the charge and care of the Contractor , and he shall take every necessary precaution to prevent injury or damage to the work or any part C6-6 (ll ) thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6 . 19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents . Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6. 20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representatives of the Owner , either personally or otherwise as they are agents and representatives of the City. C6-6 . 21 STATE SALES TAX: On a contract awarded by the City of Fort Worth , an organization which qualifies for exemption pursuant the provisions of Article 20 . 04 (H) of the Texas Limited Sales , excise , and Use Tax Act , the Contractor may purchase , rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller ' s Ruling . 007 , Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to and shall comply with the provisions of State Comptroller's Ruling . 011 , and any other applicable. State Comptroller rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owned improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (H) of the Texas limited Sales , Excise, and Use Tax Act , the Contractor can probably be exempted in the same manner stated above. C6-6 (12 ) ■ Limited Sale, Excise and Use Tax permits and information can be obtained from, Comptroller of Public Accounts sale Tax Division Capitol Station Austin, TX u C6--6 (13) ' PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7. 1 SUBLETTING: The Contractor shall perform with his own organization , and with the assistance of workman under his immediate super intendance , work of a value of not less than fifty (50%) percent of the value embraced in the contract. if the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents . All transactions of the Engineer will be with the Contractor . Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject to the same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times; when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7 . 2 ASSIGNMENT OF CONTRACT : The Contractor shall not assign, transfer , sublet, convey, or otherwise dispose of the contract or his rights , title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer , sublet, convey, or otherwise dispose of the contract or his right , title, or interest therein or any part thereof, to any person or persons , partnership , company , firm , or. corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any state , attempt to dispose of the contract may, at the option of the Owner be revoked and annulled , unless the Sureties shall successfully complete said contract , and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7 . 3 PROSECUTION OF THE WORK : Prior to beginning any construction operation , the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of r C7- 7 (1) r prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall also be submitted a table of estimated amounts to be earned by the Contractur during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials , and labor as is necessary to insure its completion within the time limit. The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents . Any deviation from scuh sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer . Such specification or approval by. the Engineer shall not relieve the Contractor from the full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.$ "Extension of Time of Completion" of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7 . 4 LIMITATIONS OF OPERATIONS : The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for the proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7. 5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor is available. The Contractor may bring in from outside the City of Fort Worth his key men and his superintendent . All other workmen, including equipment operators , may be imported only after the lona) supply is exhausted . The Contractor shall employ only such superintendents , foremen , and workmen who are careful , competent, and fully qualified to perform the duties or tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner , shall misconduct himself or be found to be incompetent , disrespectful , intemperate , dishonest , or C7-7 {27 otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglects or refuses to comply with or carry out the directions of the Owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill , ability , and experience to properly perform the work assigned to them and operate -any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment , tools , and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work, workmen or adjacent property will _. result from its use. C7-7 . 5 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of work completed as defined in C1-1 . 23 "WORKING DAY" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. s Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays , providing that the following requirements are met:. a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later than the proceeding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer , essential to the timely completion of the project. The Engineer ' s decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C1-1. 24 and the Contractor may work as he so desires . C7-7 (3 ) C7-7 . 7 TIME OF COMMENCEMENT AND COMPLETION; The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the Owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized by the Owner. C7-=7 . $ EXTENSION OF TIME COMPLETION: The Contractor ' s request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall have occurred . Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval _ In adjusting the contract time for completion of work , consideration will be given to unforseeable causes beyond the control of and without the fault or negligence of the Contractor, including but limited to acts of the public enemy, acts of the owner , fire, flood , tornadoes , epidemics , quarantine restrictions, strikes, freight embargoes , or delays of sub-contractors due to such causes. When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor ' s purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time may be increased by Change Order, C7-7 . 9 DELAYS : The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide .information or material , if C7-7 (4 ) any, which is to be furnished by the City . When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work , or by the failure of the City to provide material or necessary instructions for carrying on the work , then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however , be subject to the approval of the City Council. ;. and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7 . 10 TIME OF COMPLETION: The time of completion is an essential element of the contract. Each bidder shall indicate in the appropriate place on the last page of the Proposal the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the Proposal section of the contract documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon . The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents , or the increased time granted by the Owner , or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule , unless otherwise specified in other parts of the Contract Documents , will be deducted from monies due the Contractor , not as a penalty, but as liquidated damages suffered by the Owner . AMOUNT OF CONTRACT Less than $ 5,000 inclusive $ 35. 00 $ 5, 001 to $ 15,000 inclusive $ 45.00 $ 15, 001 to $ 25 ,000 inclusive $ 63. 00 $ 25,001 to $ 50 ,000 inclusive $ 105. 10 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100, 001 to $ 500,000 inclusive $ 210.00 C7-7 (5) $ 500, 001 to $1, 000,000 inclusive $ 315. 00 $1 , 000, 001 to $2 ,000 ,000 inclusive $ 420. 00 $2, 000, 001 and over $ 630 .00 The parties hereto understand and agree that any harm to the City caused by the Contractor ' s delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult of accurate estimation, and that the "Amount of -Liquidated Damages Per Day" , as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. _ C7-7 . 11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court , and will not be entitled to additional compensation by virtue of such court order . Neither will he be liable to the City in the event the work is suspended by a Court Order . Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 . 12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unfavorable conditions which in the opinion of the Owner or- Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of work covered by this contract , for any reason , the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. - Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7 . 8 EXTENSION OF THE TIME OF COMPLETION , and should it be determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer C7-7 {6 } that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7. 13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months , the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor , materials , and equipment not obtainable . If , after investigations , the Owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials and equipment within thirty days, the Contractor may request the Owner to terminate the contract and the Owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include, but not be limited to , the payment for all work executed but no anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT: The worK operations on all or any port on or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared cancelled by the City Council for any good and sufficient cause. The following , by way of example, but not of limitation, may be considered grounds for suspension or cancellation; a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. C7-7 ( 7 ) b, Substantial evidence that progress of the work operations by Contractor is insufficient to complete the work within the specified time. C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. - d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. - h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating r fraud on the City in the construction of work under contract. i. A substantial indication that the Contractor has - made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. j . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner, A copy of the suspension order or action of the City Council shall be served on the Contractor ' s Sureties. When work is suspended for any cause or causes , or when the contract is cancelled, the Contractor shall discontinue the work or such part thereof as the Owner shall designate, whereupon the Sureties may , at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with the written C7-7 (8 ) consent of the Owner , sublet the work or that portion of the work as taken over , provided however , that the Sureties shall exercise their option, if at all , within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents . The Sureties , in such event shall assume the Contractor ' s place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. In case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities , or that portion thereof which the Owner has ordered by the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials , plants , tools , equipment , supplies , and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials , tools , equipment , and all expenses incidental thereto. The expense so charged shall be deducted by the Owner from such monies as may be due or may became due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof . The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work. In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contractor , then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section , the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with performance of the work by the Owner. C7 --7 . 15 FULFILLMENT OF CONTRACT : The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or 'parts of the project covered by the Contract Documents have C7-7 (9 ) been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: A. NOTICE OF TERMINATION: The performance of the work under this contract may be terminated by the Owner in whole , or from time to time in part , in accordance with this section , whenever the Owner shall determine that such termination is in the best .interest of the Owner . Any such termination shall be effected by mailing a notice of termination to the Contractor specifying the extent to which performance of work under the contract is terminated ', and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Mail by the Owner . Further , it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the Owner regarding such discretionary action. B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials , services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they .relate to the performance of work terminated by the notice of termination; 4. transfer title to the owner and deliver in the manner, at the times , and to the extent , if any, directed by the Engineer; C7--7 (10 ) a. the fabricated or unfabricated parts , work in process , completed work , supplies and other material produced as a part of , or acquired in connection with the performance of , the work terminated by the notice of termination; and b. the completed, or partially completed plans, drawings, information and other property which , if the contract had been completed , would have been required to be furnished to the Owner. 5. complete performance of such part of the work as shall not have been terminated by the notice of termination, and 6. take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the Owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination , the Contractor may submit to the Engineer a list , certified as to quantity and quality , of any or all items of termination inventory not previously disposed of, exclusive of items the disposition -of which has been directed or authorized by the Engineer. Not later than 15 days thereafter, the Owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer . Unless one or more extensions in writing are granted by the Owner upon request of the Contractor , made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived, C7-7 (11 ) D, AMOUNTS : Subject to the provisions of Item C7--7. 16 (C) , the Contractor and Owner may agree upon the whole or any part of the amount - or amounts to be paid to the Contractor by reason of the total or partial termination of work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price as reduced by the amount of, payments otherwise .made and as further reduced by the contract price of work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount . No amount shall be due for lost or anticipated profits . Nothing in C7 - 7 . 16 (E ) hereafter, prescribing the amount to be paid to the Contractor in the event of failure of the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7. 16 (D) upon the whole amount to be paid to the Contractor by reason of the termination of work pursuant to this section the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS : In arriving at the amount due the contractor under this section , there shall be deducted ( a ) all unliquidated advance or other payments on account theretofore made to the Contractor , applicable to the terminated portion of this contract; (b) any claim which the Owner may have against the Contractor in connection with this contract ; and (c ) the agreed price for , or the proceeds of sale of, any materials , supplies or other things kept by the Contractor or sold , pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT ; If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract , the Contractor may file with the Engineer a request in writing for an C7-7 (12) equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by the notice of termination ) , such equitable adjustment as may be agreed upon shah be made in such price or prices ; nothing contained herein , however, shall limit the right of the Owner and the Contractor to agree upon the amount or amounts to be paid to the Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Nothing contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7 . 14 hereof entitled "Suspension of Abandonment of the work and Amendment of Contract" or any other right which Owner may have for default or breach of contract by Contractor. C7-7 . 17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating , maintaining , and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement.. The Contractor shall comply with federal , state, and local laws, ordinances , and regulations so as to protect person and property from injury, including death, or damage in connection with the work. L 1k C7--7 (13 ) r PART C - GENERAL CONDI'T'IONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8 -8 . 1 MEASUREMENT OF QUANTITIES : The determination of quantities of work performed by the Contractor and authorized by the Contract Documents, acceptably completed under the terms of the Contract Documents shall be made by the Engineer , based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents , numbers, and weights of the materials and items installed. C8-8. 2 UNIT PRICES : When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finished, overhead expense, bond, insurance, patent fees, royalties , risk due to the elements and other causes , delays , profits , injuries, damages claims, taxes , and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8 . 3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor , tools , materials , machinery, equipment , appurtenances, and all subsidary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8 . 4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation, as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements , for any unforeseen defects or obstructions which may arise or be encountered during the prosecution of the work at any time G8-8 417 r before its final acceptance by the Owner, (except as provided in paragraph C5-5 . 14 ) for all risks of whatever description connected with the prosecution of the work, for all expense incurred by or in consequence of suspension or discontinuance of such prosecution of the working operations as herein specified , or any and all infringements of patents , trademarks, copyrights , or other legal reservations, and for completeing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his _ own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects , which defects , imperfection, or damage shall have been discovered on or before the final inspection and acceptance of work or during the one year guaranty period after final acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8. 5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and 5th day of each month the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents . Not later than the 10th day of the month the Engineer shall verify such estimate, and if it is found to be acceptable and the value of work performed since the last partial payment was made exceeds one hundred dollars 4 $100 . 001 in amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400, 000 , or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000 or greater within twenty-five (25 ) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City . The partial estimate may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the the time of the estimate have not been installed. ( such payment will be allowed on a basis of 85% of the net invoice value thereof. ) The Contractor shall furnish the Engineer such information as he may request to aid C8-8 ( l) him as a guide in the verification or the preparation of partial estimates. It is understood that the partial estimate from month to month will be approximate only, and all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate,and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quality of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the paymeht of any monthly estimate if the contractor fails to perform the work strictly in accordance with the specifications or provisions of this contract. C8-8 . 5 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8. 7 F_IN_AL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for the final inspection. The Engineer shall notify the appropriate officials of the Owner , will within a reasonable time make such final inspection , and if the work is satisfactory , in an acceptable condition , and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment therefor as outlined in C8-8.8 below. C8-8 . 8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. C8-8 (3 ) The amount of the final estimate, less previous payments and any sum that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after final acceptance- by the owner on a proper resolution of the City Council , provided the Contractor has furnished to the Owner satisfactory evidence of payment as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit, as furnished by the City, certifying that all persons , firms , associations, corporations, or other organizations furnishing labor and/or materials have been paid in full , that the wage scale established by the City Council in the City of Fort Worth has been paid, and that there are no claims pending for personal injury and/or property damages . The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the Owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under Contract Documents or any act or neglect of said City relating to or connected with the Contract. The making of the final payment by the owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8 . 9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent Engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents . It is , therefore, agreed that the Owner shall be responsible for the adequacy of its own design features , Sufficiency of the Contract Documents , the safety of the structure , and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof , and additions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof, and all approved additions and alterations thereto. C8-8 . 10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and C8-8 (4 ) pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified andsha11 furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outline . The Owner will give notice of observed defects with reasonable promptness. C8-8 , 11 SUBSIDIARY WORE : Any and all work specifically governed by documentary requirements for the project , such as conditions imposed by the Plans , the General Contract Documents or these Special Contract Documents , in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration , rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8 . 12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer , depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one-tenth unit , Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. C8-8 . 13 RECORD DOCUMENTS : Contractor shall keep on record a copy of all specifications , plans, addenda, modifications , shop drawings and samples at the site, in good order and annotated to show all changes made during the construction process . These shall be delivered to Engineer upon completion of the work. C8-8 (5 ) PART Cl SUPPLEMENTARY CONDITIONS SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C - GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent -- part thereof, but which at the time of the pay estimate have not been so installed, If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof, The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,010 at the time of execution, retainage shall be ten per cent (10°,x). For contracts of $4001,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its A responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. C. Part C - General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and replaced with D-3 of Part D - Special Conditions. D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph °g. LOCAL AGENT FOR INSURANCE AND BONDING" E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their Revised Pg. I 10/24/02 personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, - whether or not any such Iniury, damage or death is caused, in whole or in part, by the necificience or aIle ed ne fi ence of Owner, its officers servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negli eg nce of owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or _ a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES. Part C - General Conditions, Section — C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. — G. C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Revised Pg. 2 10/24/02 — b, Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. I. Contractor's liability shall not be limited to the specified amounts of insurance required herein. m. upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. H. C8-8.4 SCOPE OF PAYMENT: delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage Revised pg. 3 10/24/02 arising out of the nature of the work or from the action of the elements, for any unforeseen detects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5- 5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such - prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents, The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the r work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects„ which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such detects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. 1" C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. J. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL„ Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is Revised Pg. 4 10/24/02 delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched wi!I not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing h Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing -- Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposai opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal K. C3-3.7 BONDS CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City Iet projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised ` to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein, _ 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". Revised Pg. 5 10/24/02 L. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of _. copies as follows: 1. 50 copies and under - 10 cents per page _. 2, More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter M, SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part of this project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C - General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe. N. Reference Part C - General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other Revised. Pg. b 10/24/02 precautionary measures to take all reasonable necessary measures. O. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Revised Pg. 7 10/24/02 Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. _ Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent - misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. - P. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with _ the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code. Such prevailing wage rates are included in these contract documents. - (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker - employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right _ to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas - Government Code,. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times, Revised Pg. 8 10/24/02 _ PARS D SPECIAL CONDITIONS RAR R T D - SPECIAL CONDITIONS D-1 GENERAL........................................................................................................................3 D-2 COORDINATION MEETING............................................................................................4 D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW...................5 D- 4 COORDINATION WITH FORT WORTH WATER DEPARTMENT..................................7 D- 5 CROSSING OF EXISTING UTILITIES..................... ............................7 D- 6 EXISTING UTILITIES AND IMPROVEMENTS ................................................................7 D- 7 CONSTRUCTION TRAFFIC OVER PIPELINES..............................................................8 D- 8 TRAFFIC CONTROL ......................................................................................................9 D- 9 DETOURS............................................................,.....................,...,................................9 D- 10 EXAMINATION OF SITE ............................................................................................9 D- 11 ZONING COMPLIANCE................................................................ ....,..................... 10 D- 12 WATER FOR CONSTRUCTION................................................................................ 10 5-71-3 WASTE MATERIAL ................................................................................................... 10 D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE.................................................... 10 0- 15 CONSTRUCTION SCHE=DULE AND SEQUENCING OF WORK............................... 10 D- 16 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES.......................... 10 fD- 17 BID QUANTITIES ...........................................................................-.......................... 11 f D- 18 CUTTING OF CONCRETE........................................................................................ 11 6----19 PROJECT DESIGNATION SIGN ............................................................................... 11 D- 20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT.................................... 12 D- 21 MISCELLANEOUS PLACEMENT OF MATERIAL...................................................... 12 D- 22 CRUSHED LIMESTONE BACKFILL.......................................................................... 12 D- 23 2:27 CONCRETE....................................................................................................... 12 D- 24 TRENCH_EXCAVATION, BACKFILL, AND COMPACTION....................................... 12 D- 25 PAVEMENT REPAIR (E2-19) ....................................... .................. 14 ........................... D- 26 TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ........................................ 14 D- 27 SANITARY SEWER MANHOLES.............................................................................. 15 D- 28 SANITARY SEWER SERVICES...................................................I............................ 18 D- 29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES..............20 D- 30 DETECTABLE WARNING TAPES..............................................................................22 D- 31 PIPE CLEANING. ......................................................................................................22 D- 32 DISPOSAL OF SPOIL/FILL MATERIAL.....................................................................22 D- 33 MECHANICS AND MATERIALMEN'S LIEN...............................................................22 D- 34 SUBSTITUTIONS ............................................................................---................. 23 D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER...........23 D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES........................................26 D- 37 BYPASS PUMPING...................................................................................................27 D- 38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER........27 D- 39 SAMPLES AND QUALITY CONTROL TESTING..........................I....I.......................29 D- 40 TEMPORARY EROSION SEDIMENT AND WATER POLLUTION CONTROL........29 D- 41 INGRESS AND EGRESSJOBSTRUCTION_OF ACCESS TO DRIVES ......................30 D- 42 PROTECTION OF TREES PLANTS AND SOIL ..............................................31 D- 43 SITE RESTORATION ......... ......... ......... .................................................................31 D- 44 CITY OF FORT WORTH STANDARD PRODUCT LIST............................................31 D- 45 TOPSOIL, SODDING, SEEDING & HYDROMULCHING...........................................31 D- 46 CONFINED SPACE ENTRY PROGRAM.................... ..............................................37 D- 47 SUBSTANTIAL COMPLETION INSPECTON FINAL INSPECTION..........................37 D- 48 EXCAVATION NEAR TREES ..--.............................................................................37 D- 49 CONCRETE ENCASEMENT OF SEWER PIPE D- 50 CLAY DAM.................................................................................................................38 D- 51 EXPLORATORY EXCAVATION (D-HOLE). .............................................................. 38 D- 52 INSTALLATION OF WATER FACILITIES...............,..................................................39 1111,102 SC-1 Hgo �- PART D SPECIAL CONDITIONS 52.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................39 - 52.2 Blocking ....................................................................................................................39 52.3 Type of Casing Pipe. .................................................................................................39 52.4 Tie-Ins. ......................................................................................................................39 52.5 Connection of Existing Mains.....................................................................................44 52.5 Valve Cut-ins ............................................................................................................40 52.7 Water Services. .........................................................................................................40 52.8 2-Inch Temporary Service Line_..................................................................................42 52.9 Purging and Sterilization of Water Lines....................................................................43 52.19 Work Near Pressure Plane Boundaries......................................................................43 52.11 _Water Sample Station_................................................................................................44 52.12 Ductile Iron and Gray Iron Fittings..............................................................................44 D- 53 SPRINKLING FOR DUST CONTROL. ......................................................................45 D- 54 DEWATERING. .........................................................................................................45 D- 55 TRENCH EXCAVATION ON DEEP TRENCHES.......................................................45 D- 55 TREE PRUNING........................................................................................................45 Q- 57 TREE REMOVAL.......................................................................................................46 Q- 58 TEST HOLES............................................. ................... ...............45 Q- 59 PUBLIC 'NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION .....................................................................................................46 D- fig TRAFFIC BUTTONS. ................................................................................................47 Q- 61 SANITARY SEWER SERVICE CLEANOUTS............................................................47 6--6-2 TEMPORARY PAVEMENT REPAIR..........................................................................48 D- 63 CONSTRUCTION STAKES.......................................................................................48 D- 54 EASEMENTS AND PERMITS. ..................................................................................48 D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING..............................................49 D-66 WAGE RATES ........................................................................................................49 11/15/02 SC-2 PART D - SPECIAL CONDITIONS D, Part D shall This Part D —Special Conditions is complimentary to Part C —General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any provision in Part C — General Conditions and part C1 — Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part C1 — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: WASTEWATER DIVERSION FROM EAST OF EAGLE MOUNTAIN LAKE DRAINAGE BASIN TO BIG FOSSIL CREEK DRAINAGE. BASIN GRAVITY SEGMENT FORT WORTH, TEXAS DOE PROJECT NO. 3622 WATER DEPARTMENT PROJECT NO. P171-070171140020 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below.- 1. elow:1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or Identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor. The specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre- qualified with the Water Department to perform such work in accordance with procedures described in the current Fart Worth Water Department General Specifications, which general -' specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: I. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - -- CITY OF FORT WORTH 11/1S/02 SC-3 PART D - SPECIAL CONDITIONS 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the pay item by the designer. If not shown, then applicable published specifications in either of these R. documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and _ rejecting bids or voiding contract as appropriate as determined by the City Engineer. INTERPRETATION AND PREPARATION OF PROPOSAL: A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Binders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word - "PROPOSAL", and the name or description of the project as designated in the "Notice to Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, PO Box 17027, Fort Worth, Texas 76102. B. WITHDRAWING PROPOSALS; Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a _ proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non- consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by teiegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailedprior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. D-2 COORDINATION MEETING For coordination purposes, weekly meetings at the job site may be required to maintain the project on the desired schedule. The contractor shall be present at all meetings. ri�ra2 SC-4 PART D - SPECIAL CONDITIONS D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees ,providing services on a project, for the duration of the project. 2. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, rased on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being - awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended, E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. I 111Ya2 SC-5 PART D - SPECIAL CONDITIONS G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. — H. The contractor shall post on each project site a notice, in the tent, form and mariner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: — a.) A certificate of coverage, prior to the other person beginning work on the project; and b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially — affects the provision of coverage of any person providing services on the project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)-(7), with the certificates of coverage to be provided to the person for whom they are providing services. 8. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-insurance Regulation. Providing false or 11115102 SC-6 PART D - SPECIAL CONDITIONS misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the protect that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." ,.. Call the Texas Worker's Compensation Commission at (512)44{]-37$9 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". i D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT During the construction of this project, it will'be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. D- 5 CROSSING OF EXISTING UTILITIES I Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be constructed of ductile iron pipe. The Engineer shall determine the required length of replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or neoprene coupling ASTM C-425 with series 309 stainless steel compression straps. Backfill, fittings, tie-ins and all other associated appurtenances required ars; deemed subsidiary work, the cost of which shall be included in the price bid in the Proposal for each bid item. D- 6 EXISTING UTILITIES AND IMPROVEMENTS The pians show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be I 111,5V02 SC-7 PART D - SPECIAL. CONDITIONS considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility pales, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE ALLOWED. Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The _. Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. f The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 CONSTRUCTION TRAFFIC OVER PIPELINES It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new line and the existing lines from these possibly excessive bads. The Contractor shall not, at any time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to the satisfaction of the City. In locations where it is not permissible to cross the existing or proposed pipes without additional protection the Contractor may elect to provide additional protection of the pipes so that more frequent crossings of the pipes are allowed. It stili is, however, the responsibility of the Contractor to repair any damage to the existing or proposed livres, if the damage results from any phase of his construction operation. 11/15Y02 SC-8 - PART D - SPECIAL CONDITIONS D-8 TRAFFIC CONTROL The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701 d Vernon's Civil Statutes, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at 817 871-8770 at least 10 working daVs prior to the re-construction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738) to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize - interruption to the flow of traffic. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." The cost of the traffic control is subsidiary work and the cost of same shall be included in the price bid for pipe complete in place as bid in the Proposal, and no other compensation will be allowed. D-g DETOURS The contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. D- 10 EXAMINATION OF SITE It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions, which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be I 111so2 SC-9 PART D - SPECIAL CONDITIONS given to these details during the preparation of the Proposal and all unusual conditions, which �. may give, rise to later contingencies should be brought to the attention of the Owner prior to the submission of the Proposal. D- 11 ZONING COMPLIANCE During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. D- 12 WATER FOR CONSTRUCTION The Contractor at his own expense will furnish water for construction. D- 13 WASTE MATERIAL All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at locations approved by the Engineer. All material shall be disposed of in such a manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to - street improvements or to abutting property. D- 14 PROJECT CLEANUP AND FINAL ACCEPTANCE The Contractor shall be aware that keeping the project site in a meat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include; but not be limited to: • Sweeping the street clean of dirt or debris • 'Storing excess material in appropriate and organized manner 0 Keeping trash of any kind oft'of residents' property f If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next �- estimate payment (and all subsequent payments until completed)of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as all construction has been completed. No more than seven days shall elapse after completion of construction before the roadway, right- of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly mariner and appearance. The City of Fort Worth Department of Engineering shall give final acceptance of the completed project work. D- 15 CONSTRUCTION SCHEDULE AND SEQUENCING OF WORK ~ Prior to executing the Contract, it shall be the responsibility of the Contractor to furnish a schedule outlining the anticipated time for each phase of construction with starting and — completion dates, including sufficient time being allowed for cleanup. D- 16 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES s 91T5O2 SC-14 PART D SPECIAL CONDITIONS The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." 2. Equipment that may be operated within ten feet of high voltage lines shall have insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (ONCORE) who will erect temporary mechanical barriers, de- energize the lines, or raise or lower the lines. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain �. an accurate log of all such calls to ONCORE, and shall record action taken in each case. 4. The Contractor is required to make arrangements with the ONCORE company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. 5. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). D- 17 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. D- 18 CUTTING OF CONCRETE When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be subsidiary to the unit cost of the respective item. D- 19 PROJECT DESIGNATION SIGN Project signs are required at all locations. It shall be in accordance with the attached Figure 30 (dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being _-s conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be V-0" by 2'-0" in size. The information box shall have the following information: For Questions on this Project Call: (817) 871-8306 M-F 7:30 am to 4:30 p.m. or 11/15/02 SC-1 1 FART D - SPECIAL CONDITIONS {817}871-8300 Nights and Weekends Any and all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-20 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT At locations in the project where mains are required to be placed under existing sidewalks and/or driveways, such sidewalks and/or driveways shall be completely replaced for the full existing width, between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a sand cushion in accordance with City of Fort Worth Transportation/Public Works Department Standard Specifications for Construction, Item 504. At locations where mains are required to be placed under exisfing curb and gutter, such curb and gutter shall be replaced to match type and geometry of the removed curb and gutter shall be installed in accordance with City of Fort Worth Public Works Department Standard Specification for Construction, Item 502. Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances required, shall be included in the square yard price of the bid item for concrete sidewalk or driveway repair. D-21 MISCELLANEOUS PLACEMENT OF MATERIAL Material has been allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of materiab. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the project. D- 22 CRUSHED LIMESTONE BACKFILL Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for trench backfill on this project. The material shall conform to Public Works Standard Specifications for Street and Storm Drain Construction Division 2 Item 208.2 - Materials and - Division 2 Item 2083 - Materials Sources. Trench backfil: and compaction shall meet the requirements of E2-2 Excavation and Backfill, Construction Specifications, General Contract Documents. Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal multiplied by the quantity of material used measured in accordance with E2-2.1.6 Measurement of Backfill Materials, Construction Specifications, and General Contract Documents, D- 23 2:27 CONCRETE Transportation and Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts Figures 1 through 5 refer to using 2:27 Concrete as base repair. Since this call- out includes the word "concrete", the consistent interpretation of the Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of concrete. D- 24 TRENCH EXCAVATION, BACKFILL, AND COMPACTION 11/15102 SC-12 - PART D - SPECIAL CONDITIONS Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within easements, and within existing or future R.C.W. shall be in accordance with Sections E1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications except as specified herein. 1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the stated maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be required to support the pipe with an improved trench bottom. The expense of such remedial measures shall be entirely the Contractor's own. All trenching operations shall be confined to the width of permanent rights-of-way, permanent easements, and any temporary construction easements. All excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this document. 2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be backfilled above the top of the embedment material with Type "C" backfill material. Excavated material used for Type "C" backfill must be mechanically compacted unless the Contractor can furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than 8. Such evidence shall be a test report from an independent testing laboratory and must include representative samples of soils in all involved areas, with a map showing the location and depth of the various test holes. If excavated material is obviously granular in nature, containing little or no plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C° or "D" Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material is not suitable, at the direction of the Engineer, Type "B" backfill material shall be used. In general, all backfill material for trenches in existing paved streets shall be in accordance with Figure A. Sand material specified in Figure A shall be obtained from an approved source and shall consist of durable particles free of thin or elongated pieces, lumps of clay, soil, loam or vegetable matter and shall meet the following gradation: • Less than 10% passing the #200 sieve • P.1. = 10 or less Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed Limestone for Embedment of the General Contract Documents and Specifications shall be replaced with the following: Sieve Size % Retained 1" 0-10 112" 40-75 318" 55-90 #4 90-100 #8 95-100 All other provisions of this section shall remain the same. 3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill. Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90% Standard Proctor Density (A.S.T.M_ D698) by means of tamping only. Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95% Standard Proctor Density by jetting, mechanical tamping, or a combination of methods. Backfill 11/1EV02 SC-13 PART D - SPECIAL CONDITIONS material to be mechanically tamped must be within +-4% of its optimum moisture content. The top two (2) feet of sewer line trenches and the top eighteen (18) inches of water line may be rolled in with heavy equipment tires, provided it is placed in lifts appropriate to the material being used and the operation can be performed without damage to the installed pipe. _ The City, at its own expense, will perform trench compaction tests per A.S.T.M. standards on all trench backfill. Any retesting required as a result of failure to compact the backfill material to meet the standards will be at the expense of the Contractor and will be billed at the commercial rates as determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will be responsible for providing access and trench safety system to the level of trench backfill to be tested. No extra compensation will be allowed for exposing the Y backfill layer to be tested or providing trench safety system for tests conducted by the City. 4. MEASUREMENT AND PAYMENT: All material, including any and all Type "B" backfill, and labor costs of excavation and backfill will be included in the price bid per linear foot of water and sewer pipe. D- 25 PAVEMENT REPAIR (E2-19) The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing pavement repair equal to or superior in composition, thickness, etc., to existing pavement as detailed in the Public Works Department typical sections for Pavement and Trench Repair for Utility Cuts, Figures 1 through 5. All required paving cuts shall be made with a concrete saw in a true and straight line on both sides of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be backfilled and the top nine (9) inches shall be filled with requiredmaterials as shown on paving details, compacted and level with the finished street surface. This finished grade shall be maintained in a serviceable condition until the paving has been replaced. All residential driveways shall be accessible at night and over weekends. It has been determined by the Transportation and Public Works Department that the strip of existing HMAC pavement between the existing gutter and the edge of the trench pavement repair will not hold up if such strip of existing pavement is two (2) feet or less in width. r Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter. The pavement repair shall then be made from a minimum distance of twelve (12) inches outside the trench wall nearest the center of the street to the gutter line. The pavement shall be replaced within a maximum of five (5) working days, providing job placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the opinion of the Owner, the repaving shall be done at the earliest possible date. A permit must be obtained from the Department of Engineering Construction Services Section by the Contractor in conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street. The Department of Engineering will inspect the paving repair after construction. This permit requirement may be waived if work is being done under a Performance Bond and inspected by the Department of Engineering. D-26 TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) 1 111�02 SC-14 PART D - SPECIAL CONDITIONS A. GENERAL: This specification covers the trench safety requirements for all trench excavations exceeding depth of five (5) feet in order to protect workers from cave-ins. The requirements of this item govern all trenches for mains, manholes, vaults, service lines, and all other appurtenances. The design for the trench safety shall be signed and sealed by a Registered Professional Engineer licensed in Texas. B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1925, Sub-Part P - Excavations, are hereby made a part of this specification and shall be the minimum governing requirements for trench safety. C. DEFINITIONS: '- 1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the ground in which the depth is greater than the width, where the width measured at the bottom is not greater than fifteen (15) feet. 2. BENCHING SYSTEM - Benching means excavating the sides of a trench to form one or a series of horizontal level or steps, usually with vertical or near-vertical surfaces between levels. 3. SLOPING SYSTEM - Sloping means excavating to form sides of a trench that are inclined away from the excavation. 4. SHIELD SYSTEM - Shields used in trenches are generally referred to as "trench boxes" or "trench shields". Shield means a structure that is able to withstand the forces imposed on it by a cave-in and protect workers within the structure. Shields can be permanent structures or can be designed to be portable and move along as the work progresses. Shields can be either pre-manufactured or job-built in accordance with OSHA standards. 5. SHORING SYSTEM - Shoring means a structure such as a metal hydraulic, mechanical or timer system that supports the sides of a trench and which is designed to prevent cave- ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights), horizontal rails (wales) and/or sheeting. - D. MEASUREMENT - Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety systems shall be based on the linear foot amount of trench depth greater than five (5) feet. E. PAYMENT - Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench x safety systems. D- 27 SANITARY SEWER MANHOLES A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All manholes shall be in accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc., and E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. For new sewer line installations, the Contractor shall temporarily plug all fines at every open manhole under construction in order to keep debris out of the dry sewer 11/15/42 SC-1 5 PART D - SPECIAL CONDITIONS lines. The plugs shall not be removed until the applicable manhole complete with cone section has been constructed and the lid installed to keep out debris as a result of additional construction. 1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per Figure 121. 2. WATERTIGHT MANHOLE INSERTS: Watertight gasket manhole inserts shall be installed in all sanitary sewer manholes. Inserts shall be constructed in accordance with Fort Worth Water Department Standard E140-4 and shall be fitted and installed according to the manufacturer's recommendations. Stainless Steel manhole inserts shall be required for all pipe diameters 18" and greater. 3. LIFT HOLES: All lift holes shall be plugged with a pre-cast concrete plug. The lift hole shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant. The lift hole shall be sealed on the inside of the manhole with quick setting cement grout. 4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one (1) nor less than one-half (112) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casfing for not less than three (3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regarded near the manhole. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation shown on the drawings or minimum of 6 inches above grade. * 5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames and covers shall be McKinley, Type N, with indented top design, or equal, with pick slots. Covers shall set flush with the rim of the frame and shall have no larger than 118-inch gap between the frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and frames will be restricted to locations within the 104-year floodplain and areas specifically designated on the plans. Certain teed Dur:tiie Iron Manhole Lids and Frames are acceptabie for use where locking lids are specified. 6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole depth is four (4) feet or less, All shallow cone manholes shall be built in accordance with Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots. NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED. 7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole. 8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black Tnemec "46- 454 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness. 9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole sections constructed for the City of Fort Worth Water Department, excluding only the joints using a trapped type performed O-ring rubber gasket shall require Bitumastic joint sealants as per Figure M. I I/75^'82 SC-16 - PART D - SPECIAL CONDITIONS This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent- Seal, Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe form or suitable cross-sectional area or flat-tape and shall be sized as recommended - by the manufacturer and approved by the Engineer. The joint sealer shall be protected by a suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or any other chemical action for either its adhesive properties or cohesive strength. The Joint sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of the length of time it is exposed to the elements. The manufacturer shall furnish an affidavit attesting to the successful use of the product as a pre-formed flexible joint sealant on concrete pipe and manhole sections for a period of at least five years. B. EXECUTION: 1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame shall be sealed with the above-specified materials. All surfaces to be in contact with the joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in accordance with the recommendations. The protective wrapper shall remain on the joint sealant until immediately prior to the placement of the pipe in the trench. After removal of the protective wrapper, the joint sealant shall be Inept clean. Install frames and cover over manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer. 2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical. Remove manhole frame from the manhole structure and observe the condition of the frame and grade rings, Any frame or grade ring that is not suitable for use as determined by the Engineer shall be replaced. Grade rings that are constructed of brick, block materials other than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be replaced with a pre-cast flattop section. Pre-cast concrete rings, or a pre-cast concrete flattop section will be the only adjustments allowed. In brick or block manholes, replace the upper portion of the manhole to a point 24 inches below the frame. If the walls or cone section below this level are structurally unsound, notify the Engineer prior to replacement of the grade rings and manhole frame. Existing brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed by an application of quick setting hydraulic cement to provide a smooth working surface. If the inside diameter of the manhole is too large to safely support new adjustment rings or frames, a fiat top section shall be installed. Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt, stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material along the inside and outside edge of each joint, or use trowelable material in lieu of pre-formed gasket material. Position the butt joint of each length of joint material on -. opposite sides of the manhole. No steel shims, wood, stones, or any material not rfi�zaz SC-1 7 PART D - SPECIAL CONDITIONS specifically accepted by the Engineer may be used to obtain final surface elevation of the manhole frame. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten {1 Q} feet long so that the top of the casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 118 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. 3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black", Tnemec °46- 450 Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness. 4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire brush and then waterproofed with a 112-inch thick coat of trowelable bitumastic joint sealant from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped with 6 mil plastic to protect the sealant from damage during backfilling. C. MEASUREMENT AND PAYMENT: The price bid for new manhoie installations shall include all labor, equipment, and materials necessary for construction of the manhole including, but not limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for reconstruction of existing manholes shall include all labor equipment and materials necessary for construction of new manhole, including, but not limited to, excavation, backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include pavement replacement, which if required, shall be paid separately. The price bid for adjusting and/or sealing of existing manholes shall include all labor, equipment and materials necessary for adjusting and/or sealing the manhole, including but not limited to, joint sealing, lift hole sealing, and exterior surface coating. Payment for concrete collars will be made per each. Payment for manhole inserts will be made per each. D- 28 SANITARY SEWER SERVICES Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be required as shown on the plans, and/or as described in these Special Contact Documents in addition to those located in the field and identified by the Engineer as active sewer taps. The service connections shall be constructed by the Contractor utilizing standard factory manufactured tees. City approved factory manufactured saddle taps may be used, but only as directed by the Engineer. The decision to use saddle taps as apposed to tees shall be made on a case-by-case basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with building owners and the Engineer in order that the work be performed in an expeditious manner. A minimum of 24 hours advance notice shall be given when taps will be required. Severed service connections shall be maintained as specified in section C6-6.15. A. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the Contractor shall vertically adjust the existing sewer service line as required for reconnection and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid 11/15102 - SC-18 PART D - SPECIAL CONDITIONS any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer services on sewers being rehabilitated using pipe enlargement methods shall be replaced to the property or easement line or as directed by the Engineer. Procedures listed below for Sewer Service Replacement shall be adhered to for the installation of any sewer service line including the incidental four (4) feet of service line which is included in the price bid for Sanitary Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of service line and all other associated appurtenances required shall be included in the price bid for Sanitary Sewer Taps. B. SEWER SERVICE REPLACEMENT: All building sewer services encountered during construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as required for the connection of the sewer service line. if the sewer service line is in such condition or adjustment necessitates the replacement of the sewer service line, all work shall be performed by a licensed plumber. The Engineer shall determine the length of the replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as approved by the Engineer. For situations involving sewer service re-routing, whether on public or private property, the City shall provide line and grade for the sewer service lines as shown on the project plans. Prior to installing the applicable sewer main or lateral and the necessary service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations (shown on the plans) at the building clean-out and compare the data with the elevation at the proposed connection point on the sewer main, in order to ensure that the two (2) percent minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also be verified at all bend locations on the service re-route. All applicable sewer mains, laterals and affected service lines that are installed without pre-construction de- holing at the affected residences (to verify design elevations) shall be removed and replaced as necessary at the Contractor's expense in the event grade conflicts are brought to light after de-holing is conducted. All elevation information obtained by the Contractor shall be submitted to the Inspector. The Engineer shall be immediately notified in the event that the two (2) percent minimum slope is not satisfied. It the Contractor determines that a different alignment for the re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all relevant elevation information for the new alignment to the Inspector and shall be responsible for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is satisfied" Prior to backfilling, the Contractor shall double check the grade of the installed service line and submit signed documentation verifying that the line has been installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any sewer service for which no grade verification has been submitted. All re- routes that are not installed as designed or fail to meet the City code shall be reinstalled at the Contractor's expense. The Contractor shall ensure that the service line is backfilled and compacted in accordance with the City Plumbing Code. Connection to the existing sewer service line shall be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall remove the existing clean-out and plug the abandoned sewer service line. The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or relocations located on private property. Furthermore, the contractor shall utilize the services of a licensed plumber for all service line work on private property. Permit(s) must be obtained from the City of Fort Worth Development department for all service line work on private property and all work related to the service line must be approved by a City of Fort Worth Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to beginning work on the sanitary sewer service re-route and proof of final acceptance by the 11/15102 SC-19 PART D - SPECIAL CONDITIONS Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-route. Payment for work and materials such as backfill, removal of existing clean-outs, plugging the -- abandoned sewer service lime, double checking the grade of the installed service line, pipe fittings, surface restoration on private property (to match existing), and all other associated work for service replacements in excess of four (4) linear feet shall be included in the linear foot price bid for sanitary sewer service line replacement on private property or public right of way. Payment for all work and material involving the "tap" shall be included in the price bid for sanitary sewer service taps. _ D-29 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as shown on the plans, and/or described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. This work shall be done in accordance with Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract Documents and Specifications, unless amended or superseded by requirements of this Special Condition. A. SALVAGE OF EXISTING WATER METER AND METER BOX. Existing water meter and meter box shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existrng water meter and concrete vault lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The — concrete vault shall be demolished in place to a point not less than 18 inches below final grade. The concrete vault shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Saivaging of Materials. The void shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be removed and returned to the Water Department warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with existing surrounding surface and grade. If the valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18" below final grade. E. ABANDONMENT OF EXISTING GATE VALVE. Existing gate valve and box lid shall be abandoned by first closing the valve to the fully closed position and demolishing the valve box in place to a point not less than 18 inches below final grade. Concrete shall then be used as backfill material to match existing grade. I1I1YO2 SC-20 PART D - SPECIAL CONDITIONS F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have fop slab and lid removed and vault walls demolished to a point not fess than 18" below final grade. The void area caused shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2,9 Backfill. Backfill material shall be suitable excavated material approved by the Engineer. Surface restoration shall be compatible with the existing surrounding grade. G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall be removed to the top of the full barrel diameter section, or to point not less than 18 inches below final grade. The structure shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean washed sand of clean, suitable excavated material approved by the Engineer. Surface restoration shall be compatible with surrounding service surface. Payment for work involved in backfilling, plugging of pipe(s) and all other appurtenances required, shall be included in the appropriate bid item - Abandon Existing Sewer Manhole. H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting - the structure disconnected, The complete manhole, including top or cone section, all full barrel diameter section, and base section shall be removed. The excavation shall then be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer. Surface restoration shall be compatible with surrounding surface. I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be required to cut, plug, and block existing water mains/services or sanitary sewer mains/services in order to abandon these lines. Cutting and plugging existing mains and/or services shall be considered as incidental and all costs incurred will be considered to be included in the linear foot bid price-of the pipe, unless separate trenching is required. S. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage Yard. K. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or removing existing facilities shall be included in the linear foot bid price of the pipe, except as follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch and larger, and sanitary sewer manholes, regardless of location. Payment will be made for salvaging, abandoning and/or removing all other existing facilities when said facility is not being replaced in the same trench (i.e., when removal requires a separate trench). L, ABANDONMENT OF EXISTING SEWER LINES. Where plans call for abandonment of existing sewer mains after the construction of a new sewer main, the Contractor shall be responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a -" final determination that all existing service connections have been relocated to the new main. Once this determination has been made, the existing main will be abandoned as indicated above in Item I. 1111502 — - - SC-21 PART Q - SPECIAL CONDITIONS D-30 DETECTABLE WARNING TAPES Detectable underground utility warning tapes which can be located from the surface by a pipe detector shall be installed directly above non-metallic water and sanitary sewer pipe. The detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal, and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be less than two inches with a minimum unit weight of 21/2 pounds/1 inch1100'. The tape shall be color coded and imprinted with the message as follows: Type of Utility Color Code Lg_gends Water Safety Blue Caution? Buried Water Line Below Sewer Safety Green Caution! Buried Sewer Line Below Installation of detectable tapes shall be per manufacturer's recommendations and shall be as } close to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable tapes, and all other associated appurtenances required shall be included in the unit price bid for the appropriate bid item(s). D-31 PIPE CLEANING Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall be swept daily and kept clean during installation. A temporary night plug shall be instalied on all exposed pipe ends during any period of work stoppage, D- 32 DISPOSAL OF SPOILIFILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the N Administrator to ensure that filling is not occurring within a floodplain without a permit. A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-33 MECHANICS AND MATERIALMEN'S LIEN The Contractor shall be required to execute a release of mechanics and material men's liens upon receipt of payment. 11/15172 SC-22 PART D - SPECIAL CONDITIONS D-34 SUBSTITUTIONS The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if = a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. if a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the terra "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub-section as related to "substitutions" shall be applicable to all sections of these specifications. D- 35 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a television inspection performed to identify any active sewer service taps, other sewer laterals and their location. Work shall consist of furnishing all labor, material, and equipment necessary for the cleaning and inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. 1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line cleaning equipment shall be constructed for easy and safe operation. The equipment shall also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of producing a scouring action from 15 to 45 degrees in all size lines designated to be cleaned. Equipment shall also include a high-velocity gun for washing and scouring manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically driven hose reel. Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in Such a way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the sewer. The movable dam shall be equal in diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls or other equipment, which cannot be collapsed, is used, special precautions to prevent flooding of the sewers and public or private property shall be taken. The flow of sewage present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the sewer lines and manholes. If cleaning of an entire section cannot be successfully performed from one manhole, the equipment shall be set up on the other manhole and cleaning again attempted. If, again, successful cleaning cannot be performed or equipment fails to traverse the entire manhole section, it will be assumed that a major blockage exists, and the cleaning effort T 1/15/42 SC-23 PART D - SPECIAL CONDITIONS shall be abandoned. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. Na fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before using any water from the City Water Distribution System, the Contractor shall apply for and receive permission from the Water Department. The Contractor shall be responsible for the water meter and related charges for the setup, including the water usage bill. All expenses shall be considered incidental to cleaning. 3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid or semisolid material resulting from the cleaning operation shall be removed at the - downstream manhole of the section being cleaned. Passing material from manhole section to manhole section, which could cause line stoppages, accumulations of sand in wet wells, or damage pumping equipment, shall not be permitted. 4. All solids or semisolid resulting from the cleaning operations shall be removed from the site and disposed of at a site designated by the Engineer. All materials shall be removed from the site no less often than at the end of each workday and disposed of at no additional cost to the City. 5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shah be one specifically designed and constructed for such inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The - camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. B. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line, When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection videotapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. 11115/02 SG-24 PART D_- SPECIAL CONDITIONS The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost of retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service taps observed during inspection. In addition, Other points of significance such as locations of unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded, and a copy of such records will be supplied to the City. 3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be provided to the City by the Contractor for review of the tapes, The Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections, the Contractor shall be required to re-televise and provide a good tape of the line at no additional cost to the City. If a good tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer are to be corrected. The Engineer will return tapes to the Contractor upon completion of review. All costs associated with this work shall be incidental to unit prices bid for items under Television Inspection of the Proposal. C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to existing sewer conditions and for providing appropriate means for review of the tapes by the Engineer including collection and removal, transportation and disposal of sand and debris from the sewers to a legal dump site. 11/95/02 SC-25 PART D - SPECIAL CONDITIONS Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be incidental and no payment shall be made.. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor, and the costs must be included in the bid price for TV t Inspections. The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to TV Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 36 VACUUM TESTING OF SANITARY SEWER MANHOLES A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer manholes. B. EXECUTION: 1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with all connections in place. Lift holes shall be plugged, and all drop-connections and gas sealing connections shall be installed prior to testing. The sewer lines entering the manhole shall be plugged and braced to prevent the plugs from being drawn into the manhole. The plugs shall be installed in the lines beyond the drop-connections, gas sealing connections, etc. The test head shall be placed inside the frame at the top of the manhole and inflated in accordance with the manufacturer's recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read after the required test time. The required test time shall be determined from the Table I below in accordance with ASTM 01244-93. Table I MINIMUM TIME REQUIRED FOR VACUUM DROP OF 1,, Hg (11 0"H9 -9"Hg) (SEC) Depth of MH. 48-Inch Dia. 60-Inch Dia. (F.) Manhole Manhole = 0 to 16' 40 sec. 52 sec. 18' 45 sec, 59 sec. 20' 50 sec. 65 sec. 22' 55 sec. 72 sec. 24' 59 sec. 78 sec. 26' 64 sec. 85 sec. 28' 69 sec. 91 sec. 11115102 SC-26 PART p , SPECIAL CONDITIONS 30' 74 sec. 98 sec. For Each 5 sec. 6 sec. Additional 2' 2. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole, which fails to pass the initial test, must be repaired by either pressure grouting through the manhole wall or digging to expose the exterior wall of the manhole in order to locate the leak and seal it with an epoxy sealant. The manhole shall be retested as described above until it has successfully passed the test. Following completion of a successful test, the manhole shall be restored to its normal condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be removed and disposed of in a manner satisfactory to the Engineer. C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the contract price per each vacuum test. This price shall include all material, labor, equipment, and all incidentals, including all bypass pumping, required to complete the test as specified herein. D-37 BYPASS PUMPING The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole and pumping the sewage into a downstream manhole or adjacent system or other method as may be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be made at driveways and street crossings to permit safe vehicular travel without interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line. D-38 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television inspection performed by an independent sub-Contractor hired by the prime Contractor. Work shall consist of furnishing all labor, material, and equipment necessary for inspection of the sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to protect the sewer lines from damage that might be inflicted by the improper use of cleaning equipment. B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall be one specifically designed and constructed for such inspection. Lighting for the camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall be capable of producing picture quality to the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be made for an unsatisfactory inspection. C. EXECUTION: 1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of 19/13/02 SC-27 PART D - SPECIAL CONDITIONS any sewer service taps. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation shall be used to move the camera through the sewer line. No more than 2000 linear feet of pipe will be televised at one time for review by the Engineer. When manually operated winches are used to pull the television camera through the line, telephones or other suitable means of communications shall be set up between the two manholes of the section being inspected to ensure good communications between members of the crew. The importance of accurate distance measurements is emphasized. All television inspection video tapes shall have a footage counter. Measurement for location of sewer service taps shall be above ground by means of meter device. Marking on the cable, or the like, which would require interpolation for depth of manhole, will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer. The City makes no guarantee that all of the sanitary sewers to be entered are clear for the passage of a camera. The methods used for securing passage of the camera are to be at the option of the Contractor. The cost or retrieving the Television camera, under all circumstances, when it becomes lodged during inspection, shall be incidental to Television inspection. Sanitary sewer mains must be laced with enough water to fill all low pints. The television inspection must be done immediately following the lacing of the main with no water flow. If sewer is active, flow must be restricted to provide a clear image of sewer being inspected, 2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by the Contractor and will clearly show the location in relation to an adjacent manhole of each sewer service tap observed during inspection. All television logs shall be referenced to stationing as shown on the pians. A copy of these television Logs will be supplied to the City. 3, PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the television picture of problems shall be taken by the Contractor upon request of the Engineer, as long as such photographing does not interfere with the Contractor's operations. 4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and audio record of problem areas of the lines that may be replayed. Video tape recording playback shall be at the same speed that it was recorded. The television tapes shall be furnished to the City for review immediately upon completion of the television inspection and may be retained a maximum of 30 calendar days. Equipment shall be -. provided to the City by the Contractor for review of the tapes, Tapes will be returned to the Contractor upon completion of review by the Engineer. Tapes shall not be erased without the permission of the Engineer. If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of the sewer line or to locate service connections,_the Contractor shall be required to re- televise and provideood tape of the line at no additional cost to the City. If a good 11/1S/02 SC-28 FART D - SPECIAL CONDITIONS tape cannot be provided of such quality that can be reviewed by the Engineer, no payment for televising this portion shall be made. Also, no payment shall be made for portions of lines not televised or portions where manholes cannot be negotiated with the television camera. D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality that the particular piece of sewer can be readily evaluated as to sewer conditions and for providing appropriate means for review of the tapes by the Engineer. Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to provide video image required for line analysis. The quantity of TV inspection shall be measured as the total length of new pipe installed. All costs associated with this work shall be included in the appropriate bid item - Post-Construction Television Inspection. The item shall also include all costs of installing and maintaining any bypass pumping required to provide reliable, regular sewer service to the area residents. All bypass pumping shall be incidental to the project. D- 39 SAMPLES AND QUALITY CONTROL TESTING A. The Contractor shall 'furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor P, shall provide manufacturer's certifications for all manufactured items to be used in the project and will hear any expense related thereto. * B. Tests, of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement, and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. C. Quality control testing of in-place material on this project will be performed by the city at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested, and any work effort involved is deemed to be included in the unit price for the item being tested. E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. D-40 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent 11115102 SC-29 r PART D - SPECIAL CONDITIONS control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble - liners, baled-hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS; The Engineer has the authority to define erodible earth - and the authority to limit the surface area of erodible-earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution-control measures - current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil-erosion-control measures shall be performed as directed by the Engineer. I. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. -_ 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream, Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall -_ conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be considered subsidiary to the contract and no extra pay will be given for this work. D- 41 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES The Contractor shall provide ingress and egress to the property being crossed by this construction and adjacent property when construction is not in progress and at night. Drives shall 11/15402 SC-30 r PART D - SPECIAL CONDITIONS be left accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities to minimize obstruction of access to drives and property during the progress of construction. Notification shall be made to an owner prior to his driveway being removed and/or rebuilt. D-47 PROTECTION OF TREES, PLANTS AND SOIL All property along and adjacent to the Contractors' operations including lawns, yards, shrubs, trees, etc., small be preserved or restored after completion of the work, to a condition equal to or better than existed prior to start of work. r Any trees or other landscape features scarred or damaged by the Contractor's operations shall be restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work �,.. will be permitted only by experienced workmen in an approved manner (No trimming or pruning without the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as soon as possible with a tree wound dressing. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class 11 Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined ' by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the t►' city. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall .� be immediately sealed using a commercial pruning paint. No separate payment will be made for any of the work involved for this item and all costs incurred will be considered a subsidiary cost of the project. D-43 SITE RESTORATION rThe contractor shall be responsible for restoring the site to original grade and condition after completion of his operations subject to approval of the Engineer. The basis for approval by the Engineer will be grade restoration to plus minus one-tenth (0.1) of a foot. D-44 CITY OF FORT WORTH STANDARD PRODUCT LIST Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth Standard Product List, for the bid to be considered responsive. Products and processes listed in the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth minimum technical requirements. D-45 TOPSOIL, SODDING, SEEDING 8, HYDROMULCHING This item shall be performed in accordance with the City of Fort Worth Parks and Community Services Department Specifications for Topsoil, Sodding and Seeding. 1. TOPSOIL a - IIII W2 SC-31 PART D - SPECIAL CONDITIONS DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of topsoil, free from rock and foreign material, in all parkways and medians to the lines and grades as established by the Engineer. - CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to supplement material secured from street excavation. All excavated materials from streets which is suitable for topsoil will be used in the parkways and medians before any topsoil is obtained from a borrow source. Topsoil material secured from street excavation shall be stockpiled at locations approved by the Engineer, and at completion of grading and paving _ operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches of compacted depth of topsoil parkways. 2, SODDING DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St. Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on embankments or cut slopes, or in such areas as designated on the Drawings and in accordance with the requirements of this Specification. Recommended Buffalo grass varieties for sodding are Prairie and 609. -- MATERIALS:. Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass secured from sources where the soil is fertile. Sod to be placed during the dormant state of these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy, virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness of native soil attached to the roots. The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter deleterious to its growth or which might affect its subsistence or hardiness when transplanted. Sod to be placed between curb and walk and on terraces shalt be the same type grass as adjacent grass or existing lawn. Care shall be taken at all times to retain native soil on the roots of the sod during the process of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until planted. When so directed by the Engineer, the sod existing at the source shall be watered to the extent required prior to excavating. Sod material shall be planted within three days after it is excavated. - CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of the contract, sodding of the type specified shall be performed in accordance with the requirements hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St. Augustine grass.. a. Spot Sodding Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows, sod approximately three (3) inches square shall be placed on twelve (12) inch * centers at proper depth so that the top of the sod shall not be more than one-half (1f2) 1111-5102 SC-32 �hF � PART D - SPECIAL CONDITIONS inch below the finished grade. Holes of equivalent depth and spacing may be used instead of furrows. The soil shall be firm around each block and then the entire sodded area shall be carefully rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per square inch compression. Hand tamping may be required on terraces. b. Block Sodding. At locations on the Drawings or where directed, sod blocks shall be carefully placed on the prepared areas. The sod shall be so placed that the entire designated area shall be covered, and any voids left in the block sodding shall be filled with additional sod and tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to the height or slope of the surface or nature of the soil, shall_ upon direction of the Engineer, be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently close to hold the block sod firmly in place. When necessary, the sodded areas shall be smoothed after planting has been completed and shaped to conform to the cross-section previously provided and existing at the time sodding operations were begun. Any excess dirt from planting operations shall be spread uniformly over the adjacent areas or disposed of as directed by the Engineer so that the completed surface will present a sightly appearance. The sodded areas shall be thoroughly watered immediately after they are planted and shall be subsequently watered at such times and in a manner and quantity directed by the Engineer until completion and final acceptance of the project by the City of Fort Worth. 3. SEEDING DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a mixture of seed of the kind specified along and across such areas as may be designated on the Drawings and in accordance with these Specifications. i MATERIALS: a. General. All seed used must carry a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90 Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90%v 11r1&ro2 SC-33 - PART D - SPECIAL CONDITIONS Cody 95% 90% Table 120.2.(2)a. URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live 'Seed (PLS) Mixture for ClaV or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) {Western Sections) (All Sections] Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Bermudagrass 20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Table, 120.2.(2)b TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Date_s (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 100 CONSTRUCTION METHODS: After the designated areas have been completed to the lines, grades, and cross-sections shown on the Drawings and as provided for in other items of this Contract, seeding of the type specified shall be performed in accordance with the requirements hereinafter described. a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent washing of the slopes or dislodgment of the seed. b. Finishing. Where applicable, the shoulders„ slopes, and ditches shall be smoothed after seed bed preparation has been completed and shaped to conform to the cross-section previously provided and existing at the time planting operations were begun. BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly distributed over the areas shown on the Drawings and where directed. If the sowing of seed is by hand, rather than by mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer shall be distributed at the same time provided the specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-45, Construction Methods, is not applicable since no seed bed preparation is required, DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D-45, Construction Methods. The seed, or seed mixture, specified shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand rather than by mechanical methods, seed shall be raked or harrowed into the soil to a depth of 11/15142 SC-34 FART D - SPECIAL CONDITIONS approximately one-eight (1/8) inch. The planted area shati be rolled with a corrugated roller of the "Cultipacker" type. All rolling of the slope areas shall be on the contour. ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The area shall then be finished to line and grade as specified under "Finishing" in Section D- 45, Construction Methods. Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six (6) inches is thoroughly moistened. After the watering, when the ,ground has become sufficiently dry to be loose and pliable, the sued, or seed mixture specified, shall then be planted at the rate required and the application shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be distributed at the same time, provided the specified uniform rate of application for both is obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface �^ without ruts or tracks. In between the time compacting is completed and the asphalt is applied, the planted area shall be watered sufficiently to assure uniform moisture from the surface to a minimum of six (6) inches in depth. The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be of the type and grade as shown on the Drawings and shall conform to the requirements of the item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to the area in such a manner so that a complete film is obtained and the finished surface shall be comparatively smooth. RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where temporary cool season species have been planted may be replanted beginning February 1 with warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the following manner. The cool season species shall be mowed down to a height of one (1) inch to insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil penetration. * Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil and places the seed in the slit which is then pressed close with a cult packer wheel. 4. HYDROMULCH SEEDING: If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have a germination rate of 90%. Contractor shall ensure that the grass establishes. " 5. CONSTRUCTION WITHIN PARK AREAS TURF RESTORATION OF PARK AREAS: FERTILIZER DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as are designated on the Drawings and in accordance with these Specifications. ���� oz SC-35 PART D - SPECIAL CONDITIONS MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as determined by the methods of the Association of Official Agricultural Chemists. In the event it is necessary to substitute a fertilizer of a different analysis„ it shall be a pelleted = or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and applied per acre shall equal or exceed that specified for each nutrient. CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry and in good physical condition. Fertilizer that is powdered to caked will be rejected. Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer. Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average rate of three 'hundred (300) pounds per acre for all types of "Sodding" and four hundred (400) pounds per acre for all types of "Seeding". MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in place on the project site. Measurement will be made only on topsoils secured from borrow sources. Acceptable material for "Seeding" will be measured by the linear foot, complete in place. Acceptable material for "Sodding" will be measured by the linear foot, complete in place. Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding. PAYMENT: Ali work performed as ordered and measured shall be subsidiary to the contract unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid for each item of work. Its price shall be full compensation for excavating (except as noted below), loading, hauling, placing and furnishing all labor, equipment, tools, supplies, and incidentals necessary to complete work. All labor, equipment, tools and incidentals necessary PP to supply, transport, stockpile and place topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and will not be paid for directly. f "Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price per square yard, complete in place, as provided in the proposal and contract. The contract unit price shall be the total compensation for furnishing and placing all sod; for all rolling and tamping; for all watering; for disposal of all surplus materials; and for all materials, labor, equipment, tools and incidentals necessary to complete the work, all in accordance with the Drawings and these Specifications. The work performed and materials furnished and measured as provided under "Measurement" shall be paid for at the unit price for "Seeding", or "Sodding", of the type 11115102 SC-36 PART D - SPECIAL CONDITIONS w specified, as the case may be, which price shall each be full compensation for furnishing all materials and for performing all operations necessary to complete the work accepted as follows: Fertilizer material and application will not be measured or paid for directly, but is considered subsidiary to Sodding and Seeding. D-46 CONFINED SPACE ENTRY PROGRAM It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and subcontractors at all times during construction. All active sewer manholes, regardless of depth, are defined by OSHA, as "permit required confined spaces". Contractors shall submit an acceptable "CONFINED SPACE ENTRY PROGRAM" for all applicable manholes and maintain an active file for these manholes. The cost of complying with this program shall be subsidiary to the pay items involving work in confined spaces. D-47 SUBSTANTIAL COMPLETION INSPECTIONlFINAL INSPECTION 1. Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. 2. The inspector along with appropriate City staff and the City's consultant shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. 3. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. ~ 4. Payment for substantial completion inspection as well as final inspection shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. 5. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D-48 EXCAVATION NEAR TREES 1. The Contractor shard be responsible for taking measures to minimize damage to tree limbs, tree trunks, and tree roots at each work site. All such measures shall be considered as incidental work included in the Contract Unit Price bid for applicable pipe or structure installation except for short tunneling/tree angering. 2. Any and all trees located within the equipment operating area at each work site shall, at the direction of the Engineer, be protected by erecting a "snow fence" along the drip line or edge of the tree root system between tree and the construction area. 3. Contractor shall inspect each work site in advance and arrange to have any tree limbs pruned that might be damaged by equipment operations. The Engineer shall be notified at least 24 hours prior to any tree trimming work. No trimming work will be permitted within private property without written permission of the Owner. 11/1 W2 SC-37 PART a - SPECIAL CONDITIONS 4. Nothing shall be stored over the tree root system within the drip line area of any tree. R 5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be sawcut for a minimum depth of 2 feet. 6. At designated locations shown on the drawings, the "short tunnel" method using Class 51 D.I. pipe shall be utilized. 7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during construction shall be removed and replaced with the same type and diameter tree at the contractor's expense. 8. Contractor small employ a qualified landscaper for all the work required for tree care to ensure utilization of the best agricultural practices and procedures. 9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter shall not be larger than 1-112 times the outside pipe diameter. Voids remaining after pipe installation shall be pressure grouted. D-49 CONCRETE ENCASEMENT OF SEWER PIPE Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of concrete encasement as measured in place along the centerline of the pipe for each pipe diameter indicated. The Contract Unit Price shall include all costs associated with installation and reinforcement of the concrete encasement. D-50 CLAY DAM Clay dam construction shall be performed in accordance with the Wastewater Clay Dam Construction, figure in the Drawings in these Specifications, at locations indicated on the s Drawings or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious barrier to reduce groundwater percolation through the pipeline trench. Construction material shall consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing and finishing shall be subsidiary to the price bid for pipe installation. D- 51 EXPLORATORY EXCAVATION (D-HOLE) The Contractor shall be responsible for verifying the locations of all existing utilities prior to construction, in accordance with item D-6. At locations identified on the drawings, contractor shall conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the F existing underground utility where it may be in potential conflict with a proposed facility alignment. The exploratory excavation shall be conducted prior to construction of the entire project only at locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of construction of the entire project. If the contractor determines an existing utility is in conflict with the proposed facility, the contractor shall contact the engineer immediately for appropriate design modifications. The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a safe and proper driving surface to ensure the safety of the general public and to meet the approval of the City inspector. The contractor shall be liable for any and all damages incurred due to the exploratory excavation (D-Hole). llil 2 SC-38 PART D - SPECIAL CONDITIONS Payment shall not be made for verification of existing utilities per item D-6. Payment for exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer, shall include full compensation for all materials, excavation, surface restoration, field - surveys, and all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be made for exploratory excavation(s) conducted after construction has begun. D-52 INSTALLATION OF WATER FACILITIES 52.1 Polyvinyl Chloride (PVC)Water Pipe POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance with the material standard contained in the General Contract Documents. Payment for work such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant required, shall be included in the linear foot price bid of the appropriate BID ITEM(S). 52.2 Blocking Concrete blocking on this Project will necessarily be required as shown on the Plans and shall be installed in accordance with the General Contract Documents. All valves shall have concrete blocking provided for supporting. No separate payment will be made for any of the work involved for the item and all costs incurred will be considered to be included in the linear foot bid price of the pipe or the bid price of the valve. 52.3 Type of Casing Pipe 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows: For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up after field welds shall provide coating equal to those specified above. -� C. Minimum thickness for casing pipe used shall be 4.375 inch. Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the Manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for ati materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. 52.4 Tie-ins The Contractor shall be responsible for making tie-ins to the existing water mains. It shall be the responsibility of the Contractor to verify the exact location and elevation of the existing line tie-ins. And any differences in locations and elevation of existing line tie-ins - between the contract drawings and what may be encountered in the field shall be 1 111,1V02 SC-39 PANT D - SPECIAL CONDITIONS considered as incidental to construction, The cost of making tie-ins to existing water or sanitary sewer mains shall be included in the linear foot bid price of the pipe. 52.5 Connection of Existing Mains The Contractor shall determine the exact location, elevation, configuration and angulation of existing water or sanitary sewer lines prior to manufacturing of the connecting piece. Any differences in locations, elevation, configuration, and or angulation of existing lines �. between the contract drawings and what may be encountered in the said work shall be considered as incidental to construction, Where it is required to shut down existing mains in order to make proposed connections, such down time shall be coordinated with the Engineer, and all efforts shall be made to keep this down time to a minimum. In case of shutting down an existing main, the Contractor shall notify the Manager, Construction Services, Phone 871-7813, at least 48-hours prior to the required shut down time. The Contractor's attention is directed to Paragraph 05-5,15 INTERRUPTION OF SERVICE, Page C5-5(5), PART C - GENERAL CONDITIONS OF THE WATER DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing as to the location, time, and schedule of the service interruption. The cost of removing any existing concrete blocking shall be included in the cost of connection. Unless bid separately all cost incurred shall be included in the linear foot price bid for the appropriate pipe size. 52.6 Value Cut-ins It may be necessary to cut-in gate valves to isolate the water main from which the extension and/or replacement is to be connected. This may require closing valves in other lines and putting consumers out of service for that period of time necessary to cut in the new valve; the work must be expedited to the utmost and all such cut-ins must be coordinated with the engineer in charge of inspection. All consumers shall be individually advised prior to the shut out and advised of the approximate length of time they may be without service. Payment for work such as backfill, bedding, fittings, blocking and all other associated appurtenants required, shall be included in the price of the appropriate bid items. 52.7 Water Services The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. All service's shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches, All materials used shall be as specified in the Material Standards (El- 17 & E1-18) contained in the General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. All existing 314-inch water service lines which are to be replaced shall be replaced with f- inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from the main line to the meter box, — 11/15/02 SC-40 -- PART D - SPECIAL CONDITIONS All services which are to be replaced or relocated shall be installed with the service main tap and service line being in line with the service meter unless otherwise directed by the Engineer.. A minimum of 24 hours advance notice shall be given when service interruption will be required as specified in Section C5-5.15 INTERRUPTION OF SERVICE. All water service meters shall be removed, tagged, and collected by the contractor for pickup by the Water Department for reconditioning or replacement. After installation of the water service in the proposed location and receipt of a meter from the project inspector the contractor shall install the meter. The meter box shall be reset as necessary to be flush with existing ground or as otherwise directed by the Engineer. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required when the existing service is lead or is too shallow to avoid breakage during street reconstruction. The contractor shall replace the existing service line with Type K copper from the main to the meter, curb stop with lock wings, and corporation stop. Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop with lock wings, service line adjustment, and any relocation of up to 12-inches from center line existing meter location to center line proposed meter location shall be included in the Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the service installation. Payment for all work and materials such as tap saddle (if required), corporation stops, and fittings shah be included in the price bid for Service Taps to Main. 2. WATER SERVICE RECONNECTION: Water service reconnection is required when the existing service is copper and at adequate depth to avoid breakage during street 5 reconstruction. The contractor shall adjust the existing water service line as required for reconnection and furnish a new tap with corporation stop. The contractor will be paid for one (1) Service Tap to Main for each service reconnected plus for any copper service line used in excess of five (5) feet from Main to five (5) feet behind the Meter. 3. WATER SERVICE METER AND METER BOK RELOCATIONS. When the replacement and relocation of a water service and meter box is required and the location of the meter and meter box is moved more than twelve (12) inches, as measured from the center line of the existing meter to location to the center line of the proposed meter location, separate payment will be allowed for the relocation of service meter and meter box. Centerline is defined by a line extended from the service tap through the meter. Only relocations made perpendicular to this centerline will be paid for separately. Relocations made along the centerline will be paid of in feet of copper service line. When relocation of service meter and meter box is required, payment for all work and materials such as backfill, fittings, five (5) feet of type K copper service and all materials, - labor, and equipment used by and for the licensed plumber shall be included in the price bid for the service meter relocation. All other costs will be included in other appropriate bid items). r r��Jaz SC-41 PART D - SPECIAL CONDITIONS This item will also be used to pay for all service meter and meter box relocations as _ required by the Engineer when the service line is not being replaced. Adjustment of only the meter box and customer service line within 5 feet distance behind the meter will not justify separate payment at any time. Locations with multiple service branches will be paid for as one service meter and meter box relocation. 4. NEW SERVICE: When new services are required the contractor shall install tap saddle (when required), corporation stop, type K copper service line, curb stop with lock wings, and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2 inch water meters or smaller. The reinforced plastic water meter boxes shall comply with section E1-1 BA— Reinforced Plastic Water Meter Boxes. Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb stop with lock wings shall be included in the Linear Foot price bid for Service Line from Main to Meter five (5) feet behind the meter. Payment for all work and materials such as tap saddle, corporation stops, and fittings _ shall be included in the price bid for Service Taps to Mains. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. 5. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other cost will be included in other appropriate bid item(s). 6. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple service lines with taps servicing a single service meter encountered during construction shall be replaced with one service line that is applicable for the size of the existing service - meter and approved by the Engineer. Payment shall be made at the unit bid price in the appropriate bid item(s). — 52.8 2-Inch Temporary Service Line A. The 2-inch temporary service main and 314-inch service lines shall be installed to provide temporary water service to all buildings that will necessarily be required to have severed water service during said work. The contractor shah be responsible for coordinating the schedule of the temporary service connections and permanent service reconnections with the building owners and the Engineer in order that the work be performed in an expeditious manner. Severed water service must be reconnected within 2 hours of discontinuance of service. A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an appropriate fire hydrant adapter tilting shall be required at the temporary service point of connection to the City water supply. The 2-inch temporary service main and 314-inch service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2° temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated lime (HTH) prior to installation. - The out-of-service meters shall be removed, tagged and collected by the Contractor for delivery to the Water Department Meter Shop for reconditioning or replacement. Upon -- restoring permanent service, the Contractor shall re-install the meters at the correct 11/15/02 SC-42 if PART D T SPECIAL CONDITIONS �. location. The meter box shall be reset as necessary to be flush with the existing ground or as otherwise directed by the Engineer. The temporary service layout shall have a minimum available flow rate of 5 GPM at a. dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to determine the length of temporary service allowed, number of service taps and number of feed points. When the temporary service is required for more than one location the 2-inch temporary service pipes, 314-inch service lines and the 2-inch meter shall be moved to the next successive project location. Payment for work such as fittings, 314-inch service lines, asphalt, barricades, all service connections, removal of temporary services and all other associated appurtenants required, shall be included in the appropriate bid item. B. In order to accurately measure the amount of water used during construction, the Contractor will install a fire hydrant meter for all temporary service lines. Water used during construction for flushing new mains that cannot be metered from a hydrant will be estimated as accurately as possible. At the pre-construction conference the contractor will advise the inspector of the number of meters that will be needed along with the locations where they will be used. The inspector will deliver the hydrant meters to the locations. After installation, the contractor will take full responsibility for the meters until such time as the contractor returns those meters to the inspector. Any damage to the meters will be the sole responsibility of the contractor. The Water Department Meter Shop will evaluate the condition of the meters upon return and if repairs are needed the contractor will receive an invoice for those repairs. The issued meter is for this specific project and location only. Any water that the contractor may need for personal use will require a separate hydrant meter obtained by the Contractor, at its cost, from the Water Department. y 52.9 Purging and Sterilization of Water Lines Before being placed into service all newly constructed water lines shall be purged and sterilized in accordance with E2-24 of the General Contract Documents and Specifications except as modified herein. The Contractor will furnish all water for INITIAL cleaning and sterilization of water lines. All materials for construction of the project, including appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to provide a chlorine residual of fifty (50) PPM, The residual of free chlorine shall be measured after 24 hours and shall not be less than 10 parts per million of free chlorine. Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The line may not be placed in service until two successive sets of samples, taken 24 hours apart, have met the established standards of purity. Purging and sterilization of the water lines shall be considered as incidental to the project and all costs incurred will be considered to be included in the linear foot bid price of the pipe. 52.10 Work Near Pressure Plane Boundaries Contractor shall take note that the water line to be replaced under this contract may cross or may be in close proximity to an existing pressure plane boundary. Care shall be taken 11115102 SC-43 PART D - SPECIAL CONDITIONS to ensure all "Pressure plane" valves installed are installed closed and no cross connections are made between pressure planes 52.11 Water Sample Station GENERAL: All water sampling station installations will be per attached Figure 34 or as required in large water meter vaults as per Figure 33 unless otherwise directed by the Engineer. The appropriate water sampling station will be furnished to the Contractor free of charge; however, the Contractor will be required to pick up this item at the Field Operations Warehouse. PAYMENT FOR FiGURE 34 INSTALLATIONS: Payment for all work and materials necessary for the installation of the 314-inch type K copper service line will be shall be included in the price bid for copper Service Line from Main to Meter. Payment for all work and materials necessary for the installation tap saddle (if required), corporation stops, and fittings shall be included in the price bid for Service flaps to Main. Payment for all work and materials necessary for the installation of the sampling station, - concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials necessary for the installation of the sampling station, modification to the vault, fittings, and all type K copper service line which are required to provide a complete and functional water sampling station shall be included in the price bid for Water Sample Stations. 52A2 Ductile Iran and Gray Iron Fittings Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,. fittings, and Specials, Sub section E2-7.11 Cast Iron Fittings: E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle necessary for construction as designed. All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with polyethylene wrapping conforming to Material Specification E1-13 and Construction Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie- down concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be included in bid items for vales and fittings and no other payments will be allowed. ��� �2 SC-44 PART D - SPECIAL CONDITIONS D- 53 SPRINKLING FOR DUST CONTROL All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered to this contract. D- 54 DEWATERING The Contractor shall be responsible for determining the method of dewatering operation for the water or sewage flows from the existing mains and ground water. The Contractor shall be responsible for damage of any nature resulting from the dewatering operations. The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer. Ground water shall not be discharged into sanitary sewers. Dewatering shall be considered as incidental to a construction and all costs incurred will be considered to be included in the project price. D- 55 TRENCH EXCAVATION ON DEEP TRENCHES Contractor to prevent any water flowing into open trench during construction. Contractor shall not. leave excavated trench open overnight. Contractor shall fill any trench the same day of excavation. No extra payment shall be allowed for this special condition. D- 56 TREE PRUNING A. REFERENCES: National Arborist Association's"Pruning Standards for Shade Trees", B. ROOT PRUNING EQUIPMENT 1, Vibratory Knife 2. Vermeer V-1550RC Root Pruner C. NATURAL RESOURCES PROTECTION FENCE 1. Steel "T" = Bar stakes, 6 feet long. 2. Smooth Horse-Wire: 14-112 gauge (medium gauge) or 12 gauge (heavy gauge). -� 3. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red color. 4. Combination Fence: Commercially manufactured combination soil separator fabric on wire mesh backing as shown on the Drawings. D. ROOT PRUNING 1. Survey and stake location of root pruning trenches as shown on drawings. ` 2. Using the approved specified equipment, make a cut a minimum of 36 inches deep in order to minimize damage to the undisturbed root zone. 3. Backfill and compact the trench immediately after trenching. r�az SC-45 PART D - SPECIAL CONDITIONS 4. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the Engineer. 5. Within 24 hours, prune flush with ground and backfill any exposed roots due to _ construction activity. Cover with wood chips of mulch in order to equalize soil temperature and minimize water loss due to evaporation. 6. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no roots over 1-inch diameter being cut unless cut by hand or cut by specified methods, equipment and protection. F. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation on areas designated by the Engineer.. F. Tree Pruning shall be considered subsidiary to the project contract price. D-57 TREE REMOVAL _- Trees to be removed shall be removed using applicable methods, including stump and root ball removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities both overhead and buried. The Contractor shall immediately repair or replace any - damage to utilities and private property including, but not limited to, water and sewer services, pavement, fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal, including temporary service costs, shall be considered subsidiary to the project contract price and no additional payment will be allowed. D- 58 TEST HOLES The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline installation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his bid under this condition. -- Whether prospective bidders perform this subsurface exploration jointly or independently, and whether they make such determination by the use of test holes or other means, shall be left to the discretion of such prospective bidders. If test borings have been made and are provided for bidders information, at the locations shown on the logs of borings in the appendix of this specification, it is expressly declared that neither the City nor the Engineer guarantees the accuracy for the information or that the material encountered in excavations is the same, either in character, location, or elevation, as shown on the boring logs. It shall be the responsibility of the bidder to make such subsurface investigations, as he deems necessary to determine the nature of the material to be excavated. The Contractor assumes all responsibility for interpretation of these records and for making and maintaining the required excavation and of doing other work affected by the geology of the site. The cost of all rock removal and other associated appurtenances, if required, shall be included in the linear foot bid price of the pipe. D- 59 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION Prior to beginning construction on any block in the project, the contractor shall, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of �i» z SC-46 PART D - SPECIAL CONDITIONS each residence or business that will be impacted by construction. The notice shall be prepared as follows: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, DOE No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the contractor's foreman and his phone number, the name of the City's inspector and his phone number and the City's after-hours phone number. A sample of the `pre-construction ,. notification' flyer is attached. The contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, the contractor shall prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. The notice shall be prepared as follows: The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The -. flyer shall be prepared on the contractor's letterhead and shall include the following information; Name of the project, DOE number, the date of the interruption of service, the period the interruption will take place, the name of the contractor's foreman and his phone number and the name of the City's inspector and his phone number. A sample of the temporary water service interruption notification is attached. A copy of the temporary interruption notification shall be delivered to the inspector for his review prior to being distributed. The contractor shall not be permitted to proceed with interruption of water service until the flyer has been delivered to all affected residents and businesses. Electronic versions of the sample flyers can be obtained from the Construction office at (817) 871-8306. All work involved with the notification flyers shall be considered subsidiary to the contract price and no additional compensation shall be made. �- D-60 TRAFFIC BUTTONS The removal and replacement of traffic buttons is the responsibility of the contractor and shall be considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and Markings Division (SSMD) of the Transportation/Public Works Department to install the markings, the contractor shall contact SSMD at (817) 871-8770 and shall reimburse SSMD for all costs incurred, both labor and material. No additional compensation shall be made to the contractor for this reimbursement. D-fit SANITARY SEWER SERVICE CLEANOUTS Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two- way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not possible, the cleanout stack and cap shall be cast iron. ��� az SC-47 PART D - SPECIAL CONDITIONS Payment for all work and materials necessary for the installation of the two-way service cleanout which are required to provide a complete and functional sanitary sewer cleanout shall be included in the price bid for Sanitary Sewer Service Cleanouts. R D- 62 TEMPORARY PAVEMENT REPAIR The Contractor shall provide a temporary pavement repair immediately after trench backfill and compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of compacted flex base. This temporary repair shall be rolled to provide a smooth transition between the existing pavement and the temporary repair. The unit price bid under the appropriate bid item of the proposal shall cover all costs for providing temporary pavement repair for all street cuts prior to street reconstruction. D- 63 CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary method of markings as may be found consistent with professional practice, establishing line and grades for roadway and utility construction, and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If the City or its agent determines that a sufficient number of stakes or markings provided by the City, have been lost, destroyed, or disturbed, to prevent the proper prosecution and control of the work contracted for in the Contract Documents, it shall be the Contractor's responsibility, at the Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. D-64 !EASEMENTS AND PERMITS The performance of this contract requires certain temporary construction, right-of-entry agreements, and/or permits to perform work on private property. The City has attempted to obtain the temporary construction and/or right-of-entry agreements for properties where construction activity is necessary on City owned facilities, such as sewer lines or manholes. For locations where the City was unable to obtain the easement or right-of-entry, it shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject property. This shall be subsidiary to the contract. The agreements, which the City has obtained, are available to the Contractor for review by contacting the plans desk at the Department of Engineering, City of Fort Worth. Also, it shall be the responsibility of the Contractor to obtain written permission from property owners to perform such work as cleanout repair and sewer service replacement on private property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General Contract Documents. The Contractor's attention is directed to the agreement terms along with any special conditions that may have been imposed on these agreements, by the property owners. 11115/02 SC-48 PART D - SPECIAL CONDITIONS The easements and/or private property shall be cleaned up after use and restored to its original condition or better. In event additional work room is required by the Contractor, it shah be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. The City has obtained the necessary documentation for railroad and/or highway permits required - for construction of this project. The Contractor shall be responsible for complying with all provisions of such permits, including obtaining the requisite insurance, and shall pay any and all costs associated with or required by the permits), It is the Contractor's responsibility to provide the required flagmen and/or provide payment to the appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. Any and all costs associated with compliance with permits(s) including payment for flagmen shall be subsidiary to the project price. No additional payment will be allowed for this item. D-65 PRE-CONSTRUCTION NEIGHBORHOOD MEETING After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. D-66 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) 11/15/02 SC-49 (To be printed on Contractor's Letterhead) Date: DUE No: 3176 PROJECT NAME:Main C1C411 Sanitary Sewer Drainage Area Part 15 MAPSCU LOCATION: 76L _ LIMITS OF CONST.: West of 9"'Avenue along FW'WR between Rosedale and Oleander Estimated Duration of Construction on your Street : <XX>days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL REHABILITATE SEWER LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACT❑R'S SUPERINT"ENDENT,> AT <TELEPHONE NO> � OR Mr. <CITY INSPECTOR> AT <TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL 871-7970 PLEASE DEEP THIS FLYER HANDY WHEN YOU CALL. DART D - SPECIAL CONDITIONS CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter (Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper (Paving) $9.70 Concrete Finisher-Structures $13.44 !dagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 112 $10.00 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 112 $11.52 CY) Front End Loader (2 112 CY & less) $9.94 Front End Loader (over 2 112 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator (Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter (Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 91115102 SC-51 PART D - SPECIAL CONDITIONS SC-52 FORT WORTH DWAM DQE NO. XXXX Projekt Norte: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) s THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. lo„ THANK YOU, , CONTRACTOR PART D - SPECIAL CONDITIONS ��� oz SC-54 PART DA ADDITIONAL SPECIAL CONDITIONS PART DA - ADDITIONAL SPECIAL CONDITIONS DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS..............Omitted DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE...................................Omitted - DA-3 PIPE ENLARGEMENT SYSTEM ......................................................................Omitted DA-4 FOLD AND FORM PIPE ...................................................................................Omitted DA-5 SLIPLINING ......................................................................................................Omitted - DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT.......................................................4 DA-7 TYPE OF CASING PIPE .....................................................................................•........7 DA-8 SERVICE LINE POINT REPAIR 1 CLEANOUT REPAIR...................................Omitted - DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........Omitted DA-10 MANHOLE REHABILITATION..........................................................................Omitted DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION.....................Omitted DA-12 INTERIOR MANHOLE COATING - MICROSILICATE MORTAR SYSTEM...,...Omitted DA-13 INTERIOR MANHOLE COATING - QUADEX SYSTEM....................................Omitted DA-14 INTERIOR MANHOLE COATING - SPRAY WALL SYSTEM............................Omitted -. DA-15 INTERIOR MANHOLE COATING - RAVEN LINING SYSTEM .........................Omitted DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPDXY LINER ....... ....................................................................Omitted DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM...........................Omitted DA-18 RIGID FIBERGLASS MANHOLE LINERS........................................................Omitted DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION .....................................Omitted DA-20 PRESSURE GROUTING.............................. .............:........Omitted DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ..................................Omitted DA-22 FIBERGLASS MANHOLES ............................. ................................Omitted DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ..........Omitted DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER..................................Omitted DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS..........................................Omitted DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .............................................7 DA-27 GRADED CRUSHED STONES.........................................................................Omitted DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE................................................Omitted DA-29 BUTT JOINTS - MILLED...................................................................................emitted DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ..........................................Omitted DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER..................................Omitted DA-32 NEW 7" CONCRETE VALLEY GUTTER ..........................................................Omitted DA-33 NEW 4" STANDARD WHEELCHAIR RAMP.....................................................Omitted DA-34 8" PAVEMENT PULVERIZATION..............................-....................................,.Omitted DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)................Omitted DA-36 RAISED PAVEMENT MARKERS.................... .....,Omitted DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING.......Omitted DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOILOmitted DA-39 ROCK RIPRAP - GROUT- FILTER FABRIC....................................................Omitted DA-40 CONCRETE RIPRAP........................................................................................Omitted DA-41 CONCRETE CYLINDER PIPE AND FITTINGS.................................................Omitted DA-42 CONCRETE PIPE FITTINGS AND SPECIALS.................................................Omitted DA-43 UNCLASSIFIED STREET EXCAVATION ................I......I.................................Omitted DA-44 6" PERFORATED PIPE SUBDRAIN.................................................................Omitted DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS..........................................Omitted DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION......................................Omitted DA-47 PAVEMENT REPAIR IN PARKING AREA........................................................Omitted ASC-1 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-48 EASEMENTS AND PERMITS......................................................................................8 DA-49 HIGHWAY REQUIREMENTS.......................................................................................8 DA-50 CONCRETE ENCASEMENT........................................................................................8 DA-51 CONNECTION TO EXISTING STRUCTURES.............................................................9 DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION .......................Omitted DA-53 OPEN FIRE LINE INSTALLATIONS.................................................................Omitted - DA-54 WATER SAMPLE STATION .............................................................................Omitted DA-55 CURB ON CONCRETE PAVEMENT................................................................Omitted DA-56 SHOP DRAWINGS............................................................................................{Omitted DA-57 COST BREAKDOWN...................................................................................................9 DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY........................Omitted DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP..........................................................Omitted - DA-60 ASPHALT DRIVEWAY REPAIR...................................................................................9 DA-61 TOP SOIL............................................................ .............................................Omitted DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT........Omitted - DA-63 BID QUANTITIES........................... 9 DA-64 WORK 1N HIGHWAY RIGHT OF WAY ......................................................................10 DA-65 CRUSHED LIMESTONE (FLEX-BASE)............................................................Omitted DA-66 OPTION TO RENEW.........................................................................................Omitted DA-67 NON-EXCLUSIVE CONTRACT ........................................................................Omitted DA-68 CONCRETE VALLEY GUTTER........................................................................Omitted DA-69 TRAFFIC BUTTONS..................................................................................................10 DA-70 PAVEMENT STRIPING.... .........................................................................................10 DA-71 H.M.A.C. TESTING PROCEDURES...........................................................................1 d DA-72 SPECIFICATION REFERENCES...............................................................................11 _ DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL VALVEAND BOX.............................................................................................Omitted DA-74 RESILIENT-SEATED GATE VALVES...............................................................Omitted DA-75 EMERGENCY SITUATION, JOB MOVE-IN......................................................Omitted DA-76 1 '/2" & 2" COPPER SERVICES ................................................................................11 DA-77 SCOPE OF WORK(UTIL. CUT).......................................................................Omitted E DA-78 CONTRACTOR'S RESPONSIBILTY(UTIL. CUT)................... .Omitted DA-79 CONTRACT TIME (UTIL. CUT).........................................................................Omitted DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT(UTIL. CUT).......................Omitted DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT).........................................Omitted DA-82 LIQUIDATED DAMAGES (UTIL. CUT) .............................................................Omitted DA-83 PAVING REPAIR EDGES (UTIL. CUT).............................................................Omitted DA-84 TRENCH BACKFILL(UTIL. CUT).....................................................................Omitted DA-85 CLEAN-UP(UTIL. CUT)....................................................................................Omitted DA-86 PROPERTY ACCESS (UTIL. CUT)............................ .......Omitted DA-87 SUBMISSION OF BIDS (UTIL. CUT)................................................................Omitted DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)......................................Omitted DA-89 CONCRETE BASE REPAIR FOR UNIT Il & UNIT III (UTIL. CUT)....................Omitted F DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ...................................................Omitted DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)..Omitted DA-92 MAINTENANCE BOND (UTIL. CUT).................................................................Omitted - DA-93 BRICK PAVEMENT (UTIL. CUT)......................................................................Omitted DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT).......................... ........................Omitted 06,'('4 03 ASC-2 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT).......................,.........,.,........Omitted DA-96 REPAIR OF STORM DRAIN\STRUCTURES (UTIL. CUT)...............................Omitted -- DA-97 "QUICK-SET" CONCRETE (UTIL. CUT)..........................................................Omitted DA-98 UTILITY ADJUSTMENT (UTIL. CUT)...............................................,...,.........,..Omitted DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL, CUT)......... ..........................................................................................................................Om itted DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT).........................Omitted DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)...........................................Omitted - DA-102 PAYMENT (UTIL, CUT)................................................... .............................Om itted DA-103 DEHOLES (MISC. EXT.) ....................................,.....,.....................................Omitted DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ............................................Omitted DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.).................................Omitted DA-106 BID QUANTITIES (MISC. EXT.)........................... _....................., ...Omitted DA-107 LIFE OF CONTRACT(MISC. EXT.)..............................................................Omitted DA-108 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)..................Omitted DA-109 WORK ORDER COMPLETION TIME (MISC. REPL.)...................................Omitted DA-110 MOVE IN CHARGES (MISC. REPL.)............................................................Omitted DA-111 PROJECT SIGNS (MISC. REPL.).......................................... ....Omitted DA-112 LIQUIDATED DAMAGES (MISC. REPL.) .................................,...................Omitted DA-113 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)..................................Omitted DA-114 FIELD OFFICE..............................................................................................Omitted r 06104103 ASC-3 p PART DA - ADDITIONAL SPECIAL CONDITIONS DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT A. GENERAL: 1. Furnish materials and necessary accessories, with strengths, thickness, coatings, and fittings indicated, specified and/or necessary to complete the work. -� 2. All excavation shall provide an open area conforming to the outside diameter of the casing and/or carrier conduit. The excavation shall be to an alignment and grade which will allow the carrier conduit to be installed to proper line and grade as shown on the Plans and as established in the Specifications. 3. Worm shall be performed in accordance with the requirements of the City of Fort Worth Water Department, the Texas Department of Transportation, or railroad company, as applicable. B. MATERIALS: 1, Casing Pipe: Casing pipe shall be steel conforming to ANSI B3£.10 and the F following: a. Field Strength: 35,000 psi minimum. b. Wall thickness. 0.312 in. minimum (0.5 for railroad crossings). C. Diameter: As shown on the drawings (minimum size requirements). d. Joints: Continuous circumferential weld in accordance with AWS D1.1. 2. Carrier Ripe in Casing: Carrier pipe shall be as shown on drawings and as specified in the General Contract Documents. 3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or as designated on the plans. 4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of fine sand with sufficient water added to provide a free flowing thick slurry. C. EXECUTION 1. Where sewer pipe is required to be installed under railroad embankments or under highways, streets or other facilities in other than open cut, construction shall be performed in such a manner so as to not interfere with the operation of the railroad, street, highway, or other facility, and so as not to weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, until such time as the 'backfill has been completed and then shall be removed from the site. 2. Pits and Trenches. 061�103 - ASC-4 PART DA - ADDITIONAL SPECIAL CONDITIONS a. If the grade of the pipe at the end is below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting the jacking or tunneling operations and for placing end joints of the pipe. Wherever end trenches are cut in the sides of the embankment or beyond it, such work shall be sheeted securely and braced in a manner to prevent earth from caving in. b. The location of the pit shall meet the approval of the Engineer. C. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. 3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by boring hole with the earth auger and simultaneously jacking pipe into place. a. The boring shall proceed from a pit provided for the boring equipment and workmen. The holes are to be bored mechanically. The boring shall be done using a pilot hole. By this method an approximate 2-inch hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. Excavated material shall be placed near the top of the working pit and disposed of as required. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. Jetting or sluicing will not be permitted. b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. Allowable variation from the line and grade shall be as specified under paragraph A.2. All voids between bore and outside of casing shall be pressure grouted. 4. Installation of Carrier Pipe in Casing: a. Sanitary sewer pipe located within the encasement pipe shall be supported by "skids" or "bands" to prevent the pipe and bells from snagging on the inside of the casing, and to keep the installed line from resting on the bells. b. All skids shall be treated with a wood preservative. Skids should extend for the full length of the pipe with the exception of the bell area and spigot area necessary for assembly unless otherwise specified. 06/04/03 ASC-5 PART DA - ADDITIONAL SPECIAL CONDITIONS C. The Contractor shall prevent over-belling the pipe while installing it through the casing. A method of restricting the movement between the assembled bell and spigot where applicable shall be provided. d. At all bored, jacked, or tunneled installations, the annular space between the carrier pipe and casing shall be filled with grout. Care must be taken that not too much water is forced into the casing so as not to float the pipe. The backfill material will not be required unless specified on the plans and specified by the Engineer. e. Closure of the casing after the pipe has been installed shall be plugged at the ends of the casing as shown on the drawings or as required by the Engineer. 5. Boring and Tacking Ductile Iron Pipe without Casing Pipe: a. As indicated on drawings and as required and directed by the Engineer sewer shall be constructed of bore and jacked ductile iron pipe. b. When a casing pipe is not designated on the drawings, the contractor shall provide a casing pipe if necessary to achieve line and grade. Casing pipe shall be provided at no additional cost and shall be subsidiary to the cost bid for installation By Other than Open Cut. C. Bore and jack in accordance with paragraph C.3. above. A d. Short length of sewer consisting of a single pipe section may be installed by jacking without a bore hole if permitted by the Engineer and in soft soil layer. All voids outside of installed pipe shall be pressure grouted. 6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic sewer would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans, a tunneling method may be used, with the approval of the Engineer or railroad/highway officials. a. When tunneling is permitted, the lining of the tunnel shall be of sufficient strength of support the overburden. The Contractor shall submit the proposed liner method to the Engineer for approval. The tunnel liner design shall bear the seal of a licensed professional engineer in the State of Texas. Approval by the Engineer shall not relieve the Contractor of the responsibility for the adequacy of the liner method. b. The space between the tunnel liner and the limits of excavation shall be pressure grouted or mud-jacked. C. Access holes for placing concrete shall be space at maximum intervals of 10 feet. D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be measured by the linear foot of pipe, complete in place. Such measurement will be made 06104103 ASC-6 PART DA - ADDITIONAL SPECIAL CONDITIONS between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus material shall be included in the Contract Unit Price as shown in the Bid Proposal. Payment shall not include pavement replacement, which if required, shall be paid separately. DA-7 TYPE OF CASING PIPE 1. WATER: The casing pipe for open cut and bored or tunneled section shall be AWWA C-200 Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and Specifications for Water Department Projects. The steel casing pipe shall be supplied as follows;. A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with the requirements of Sec. 2.2 and related sections in AWWA C-203. B. Touch-up after field welds shall provide coating equal to those specified above. C. Minimum thickness for casing pipe used shall be 0.375 inch. _ Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non- concrete pipes when installed in casing. Installation shall be as recommended by the manufacturer. 2. SEWER: Boring used on this project shall be in accordance with the material standard E1-15 and Construction standard E2-15 as per Fig. 110 of the General Contract Documents. 3. PAYMENT: Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and incidental work shall be included in the unit price bid per foot. DA-25 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure, The Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable 06/04103 ASC-7 PART DA - ADDITIONAL SPECIAL CONDITIONS sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dump site. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with "Type D" surface mix. This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tacit coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions", 304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-48 EASEMENTS AND PERMITS Easements and permits, both temporary and permanent, have been secured for this project at _ this time and made a part thereto. Any easements and/or permits, both temporary and permanent, that have not been obtained by the time of publication shall be secured before construction starts. No work is to be done in areas requiring easements and/or permits until the necessary easements are obtained. The Contractor's attention is directed to the easement description and permit requirements, as contained herein, along with any special conditions that may have been imposed on these easements and permits. Where the pipeline crosses privately owned property, the easements and construction areas are shown on the plans. The easements shall be cleaned up after use and restored to their original conditions or better. In the event additional work room or access is required by the Contractor, it shall be the Contractor's responsibility to obtain written permission from the property owners involved for the use of additional property required. No additional payment will be allowed for this item. -- DA-49 HIGHWAY REQUIREMENTS The Texas Department of Transportation requirements pertaining to the construction of this project are enclosed herein and made part of these specifications. DA-50 CONCRETE ENCASEMENT Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General Contract Documents. Requirements for such encasement are specified in Sections E1-20 and E2-20 of the General Contract Documents. r+ j PART DA - ADDITIONAL SPECIAL CONDITIONS Payment for work such as forming, placing, and finishing including all labor, tools, equipment and material necessary to complete the work shall be included in the linear foot price bid for Concrete Encasement. DA-51 CONNECTION TO EXISTING STRUCTURES All connections between proposed and existing facilities, shall consist of a watertight seal. Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a gasket, RAM-Nek or approved equal shall be installed around penetrating pipe. 1 Payment for such work as connecting to existing facilities including all labor, tools, equipment, 1 and material necessary to complete the work shall be included in the linear foot price of the appropriate pipe BID ITEM, DA-57 COST BREAKDOWN In order to establish a basis upon which partial payments to the Contractor may be authorized, immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown of his contract price arranged and itemized to meet the approval of the Engineer. DA-60 ASPHALT DRIVEWAY REPAIR At locations where H.M.A.C. driveways are encountered, such driveways shall be completely replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway.. DA-63 BID QUANTITIES Bid quantities of the various items in the proposal are for comparison only and may not reflect the actual quantities. There is no limit to which a bid item can be increased or decreased.. Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim will be considered for lost or anticipated profits based upon differences in estimated quantities versus actual quantities. In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I be used on an "emergency" basis only. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000 (see Options to Renew) shall be awarded with final payment based on actual measured quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between the estimated quantities shown and actual quantities performed. It is understood and agreed that the scope of work contemplated in this contract is that which is designated by the City bit will in not case exceed $200,004 (see Options to Renew) including all change orders. 06104103 ASG-9 PART DA - ADDITIONAL SPECIAL CONDITIONS DA-64 WORK HIGHWAY RICHT OF WAY When the Engineer directs the Contractor to perform work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain approval from the Texas Department of Transportation prior to commencing any work therein. All work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within Highway Right-of-Ways' of the General Contract Documents and Specifications, effective July 1, 1978, as amended. DA-69 TRAFFIC BUTTONS The Contractor shall supply all materials and labor necessary to install traffic buttons of the same type as were previously installed at locations designated by the Engineer. The buttons to be supplied shall be generally, but not limited to Type W-4 and Type It C-R4 and installed with a Type III Epoxy. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-70 PAVEMENT STRIPING Pavement striping, whenever and wherever encountered, shall be replaced to match the existing striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade tape (in 18-inch width) such as Stamark as manufactured by 3M company or approved equal. The unit price bid for this item shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. DA-71 H.M.A.C. TESTING PROCEDURES The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This f design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal (Proctor) will be calculated, if one has not been previously calculated, for the use during density testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor is approved for placement of the asphalt. The contractor shall contact the City Laboratory, through the inspector, at least 24 'hours in advance of the asphalt placement to -. schedule a technician to assist in the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type "B" and for Type "D" asphalt will be 91% of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing. After a rolling pattern is established, densities should be taken at locations not more than 300 feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B" must be done before Type "D" asphalt is applied. 0614.4;r+ ASC-10 PART DA - ADDITIONAL SPECIAL CONDITIONS Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is applied. Upon cornpletion of the application of Type "D" asphalt additional cores must be taken to determine the applied thickness. DA-72 SPECIFICATION REFERENCES When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other specification, it shall be understood that the latest revision of such specification, prior to the date of these general specifications or revisions thereof, shall apply. DA-76 11/2" & 2" COPPER SERVICES The following is an addendum to E1-17, Copper Water Service Lines and Copper Alloy Coupiings: All fittings used for 1 1/2" and 2" water services lines shall be compression fittings of the type produced with an internal "gripper ring" as manufactured by the Ford Meter Box Co., Inc., Mueller Company, or approved equal. Approved equal products shall submit shop drawings and manufacturer's catalog information for approval. Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically -. designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any other type of cutter will not be allowed. Prior to installing the compression fittings, the copper tubing will be made round by the use of a "rounding tube" specifically made for that purpose. Payment for all work and materials associated with 1 1h " and 2" copper services shall be included in the price of the appropriate bid item. 0&04103 ASC-11 PM On on PM FM ow WD OW wm PART E wx TECHNICAL SPECIFICATIONS WE ow OW OW aft po sm OM OW r 318-320OLP rSECTION 01001 GENERAL CONSTRUCTION REQUIREMENTS ir r. 1.0 SCOPE The work involved under this Contract consists of the furnishing of all materials, tools, equipment, transportation, services, and all labor and superintendence necessary for the r construction and completion of the project, including but not limited to the following major items: The construction of low pressure sanitary sewer lines is separated into four lines as shown on the drawings. Line A extends from near 8616 Heron Drive to 8120 Heron drive and provides approximately 8,800 linear feet of Low Pressure Sewer and provides 51 service taps. Line B extends from the Quebec Lift Station near 214 Meadow Park Drive to 1349 ' Bomber Drive and provides approximately 10,800 linear feet of Low Pressure Sewer and provides 40 service taps. Line C extends from near 9604Heron drive to 9840 Goodnight Circle and provides approximately 8,100 linearfeet of Low Pressure Sewer and provides 29 o service taps. Line D extends from near 2472 Indian Cove to 2424 Heron Drive and provides approximately 950 linear feet of Low Pressure Sewer and provides 13 service taps. 2.0 MATERIAL FURNISHED BY OWNER All materials for this contract shall be provided by the CONTRACTOR in accordance with the applicable specifications unless specifically noted otherwise in the Plans or Specifications. 3.0 CONNECTION TO THE EXISTING SEWER FCONTRACTOR will make a connection to the existing sewer manhole for Lines A, B. C, and D. The CONTRACTOR shall provide and install necessary fittings to make the connection to the manholes as shown in the plans. The CONTRACTOR shall request permission in Fwriting from the OWNER to work at the connection at least fourteen (14) days prior to the requested date. The request must include the CONTRACTOR'S plan and procedure to connect to the existing facilities, the proposed date, the proposed time For initiating the connection, the proposed time the connection will be completed, and any other information which may be needed by the ENGINEER to evaluate the request. The CONTRACTOR shall not initiate work at the connection site until approval is granted. The CONTRACTOR shall take measures to insure that no concrete, debris or materials enter the sever line. A bid item has been provided forthese connections and shall include all labor and materials required to make the connection. No additional compensation to the CONTRACTOR will be made by the OWNER for the connection. CONTRACTOR shall not operate City utility valves. F:1plgedsl318111001SpecslLFSl0100tdac 01001-1 318-320OLP 4.0 SANITATION FACILITIES The CONTRACTOR shall provide portable toilet and drinking water facilities in sufficient number for the CONTRACTOR'S use throughout the course of the Project and in accordance with OSHA requirements. CONTRACTOR'S personnel will not be permitted to use toilet or drinking water facilities in the existing buildings. 5.0 POWER FOR CONSTRUCTION The CONTRACTOR shall at his own expense pay for all electrical power for project construction. F.© FIREARMS Neither the CONTRACTOR nor any of his employees shall be allowed to carry firearms on the Project, either on their persons or within their automobiles. 7.0 REFERENCE STANDARDS Reference to the standards of any technical society, organization, or association or to the codes of local and state authorities shall mean the latest standard codes, specifications, or tentative specifications adopted and published at the date of taking bids, unless specifically stated Otherwise. _ 8.0 OFFSITE STORAGE Offsite storage of materials or equipment shall be the sole responsibility of the CONTRACTOR. In the event that the CONTRACTOR does not have adequate facilities to receive and protect equipment or materials when delivery is made, then the CONTRACTOR shall be solely responsible for the storage of such items. Equipment or materials shall be stored by the CONTRACTOR according to each manufacturer's recommendations. The CONTRACTOR may, at his option, make such arrangements with each vendor to delay shipment of certain items by storing them at the factory. Additional costs incurred thereby shall be borne by the CONTRACTOR, Such changes in shipping schedules shall not in any way affect the designated completion date of this Contract. 9.0 HANDLING MATERIALS NOT APPROVED The CONTRACTOR shall remove from the site any materials found to be damaged and any materials not meeting the Specifications. Any payment for materials found to be damaged ` shall be deleted from the next monthly partial payment request. Inspection before installation shall not relieve the CONTRACTOR from any responsibility to furnish materials which meet the specified requirements. F'1projecls1318132001Sper-ML P%01001-do c 01001-2 318-320OLP 10.0 CONTRACT DOCUMENTS AT THE SITE The CONTRACTOR shall maintain at the Project site one copy of the Contract Documents including Plans, Specifications, Addenda, Change Orders, approved Shop Drawings, and any other modifications approved bythe ENGINEER. The CONTRACTOR shall maintain a working copy of the Stormwater Pollution Prevention Plan showing current control devices. The CONTRACTOR shall also keep copies of all project correspondence and payment requests at the site. These documents shall be kept in good order in file cabinets and shall be marked to accurately record all changes made during construction and to accurately record the location and size of existing buried pipe and valves encountered during construction of the Project. With each monthly pay request,the CONTRACTOR shall make available updated record drawings for OW NER's review. Upon completion of the Project, these drawings shall be made available to the ENGINEER for the OWNER. 11.0 DUST CONTROL The CONTRACTOR shall be responsible for eliminating and/or alleviating dust resulting from his construction operations. This is particularly applicable to dust which results from vehicular traffic traveling along or through areas where construction has resulted in dirt or dust being left on streets. The CONTRACTOR shall sprinkle water or use other dust control methods which will reduce dust to a minimum. The OWNER may request additional dust control sprinkling at anytime as deemed necessary. Dust control will be considered subsidiary to construction and no separate measurement and payment will be made. No oils, petroleum based solutions, or other substances which endanger the environment may be utilized for dust control. 12.0 CITY AND COUNTY ORDINANCES The CONTRACTOR shall abide by all City and County ordinances and standards when working within their jurisdiction, pertaining to any and all of the CONTRACTOR'S construction and work activities. The CONTRACTOR is responsible for obtaining copies of and becoming familiar with all applicable ordinances and standards. Such ordinances shall include, but are not limited to, those addressing barricades, warning and detour signs; disposal of excess earth and materials;allowable hours and days for performing work; noise; air pollution; erosion and sedimentation control; and any other applicable ordinances and standards. The CONTRACTOR shall contact the jurisdiction in which the work is being conducted to obtain all necessary ordinances and standards- No separate measurement and payment will be made for abiding by all City and County ordinances and standards, but will be considered as subsidiary to construction. 13.0 OPEN TRENCHES Except at excavations created as the result of pits for bores, tunnels, jacking or similar operations (i.e., construction other than open trench), or as set forth in these Contract Documents, the CONTRACTOR shall backfill all trenches at the completion of each day's work to the OWNER'S satisfaction and in addition to other required barricades and warning devices. The backfill shall extend from the end of the pipe to the top of the trench. F-\projecas13181320015pecs\LPS101001.doc 01001-3 318-320OL.P At excavations created as the result of pits for bores,tunnels,jacking or similar operations, the CONTRACTOR shall, in addition to other required barricades and warning devices, furnish and install adequate barricades to prevent and stop vehicles from driving into pits and prevent pedestrians and livestock from falling into pits. 14,17 PIPE CLOSURE AND BUOYANCY OF STRUCTURES At the end of each working day, the CONTRACTOR shall plug the ends of all exposed pipeline with inflatable plugs placed inside the ends of the pipe or with OWNER approved plug, to prevent any material or objects from entering the pipeline. The CONTRACTOR shall anchor all pipelines and structures to prevent their flotation should rain occur prior to the completion of backfilling to proposed final grade. 15.0 LIGHTING A, Provide fighting for construction operations and security.. B Permanent fighting may be used when available. - C. Maintain lighting and make routine repairs. 18,0 HEATING AND VENTILATION A. Provide as required to maintain specified conditions for construction operations. B. Protect materials and finishes from damage due to temperature or humidity. C. Provide ventilation of enclosed areas to cure materials,disperse humidity and prevent accumulations of dust, fumes, vapors, or gases_ 17.0 FIRST AID FACILITIES - CONTRACTOR shall provice full compliment of first aid supplies in weatherproof container at locations convenient to work sites. 18.0 FIRE PROTECTION A. Provide portable fire extinguishers, rated 2A minimum, in CONTRACTORS' field office, and storage sheds. B. Provide means of notifying personnel in case of emergency. - C. Ensure internal combustion engine powered equipment is located at safe distance from combustible materials. D. Prohibit smoking in locations and operations of potential fire hazard and clearly post "No Smoking" or "Open Flame"signs. F:Iprolects13i M32GMSpecs\LPSV 001.doc 01001-4 318-320OLP E. Flammable/Combustible Liquids: 1. Store flammable/combustible liquids in conformance with requirements of federal and local codes and regulations. 2. Provide approved metal safety containers for storage of flammable/combustible liquids in excess of one gallon. 3. Prohibit storage of flammable/combustible liquids near exits, stairways or common passageways. 19_£1 FIELD OFFICES AND SHEDS The CONTRACTOR may provide afield office and sheds for the CONTRACTOR's use. The CONTRACTOR shall be responsible for utilities. The CONTRACTOR has sole responsibility for acquiring a site for the location of offices and sheds. 20.0 SPECIAL ACCESS REQUIREMENTS AND CONSTRUCTION LIMITATION ON ROADWAYS This item pertains to work adjacent to and within all roadways on this Project. The CONTRACTOR will be required to provide one lane of traffic at all times on all roadways in the Project area, unless otherwise indicated on the drawings. The CONTRACTOR shall notify all emergency units operating in the area of the proposed work and closing schedule. The CONTRACTOR shall immediately inform all said units of any change in the closing schedule. The CONTRACTOR shall provide a minimum of one point of ingress and egress to all apartments, businesses, schools and homes on both sides of all roadways. Prior to installing asphalt pavement, the CONTRACTOR shall place an all-weather surface for temporary access. The all-weather surface shall meet the requirements of the State Department of Highways and Public Transportation Standard Specifications (SDHPT), Item 243, Type A. The CONTRACTOR shall take all necessary precautions to protect pedestrians in the work area. When working within or adjacent to the following rights-of-way, the CONTRACTOR shall cover all open trenches at the end of each work day using a method designed by the CONTRACTOR's Texas Registered Professional Engineer which will be capable of supporting AASHTO H-20 highway loads and/or provide barricades as set forth in the contract documents: All City roadways All other open trenches within roadways not noted hereinabove shall be properly barricaded and protected as set forth in the Contract Documents. At intersections and driveways,the CONTRACTOR shall install gravel material,as set forth in SDHPT Item 247, Type A, Grade 1. F\projectsl31813200o Specs\LPSld v 001.doc 01001-5 318-320OLP 21.0 POTABLE WATER LINE PROTECTION AND TCEQ REQUIREMENTS The CONTRACTOR shall abide by all TCEQ standards for installing near potable water pipelines. Special attention shall be made to these standards regarding new sewer lines crossing existing water lines. Water lines and sanitary sewers shall be installed no closer to each other than nine (9) feet. Where this cannot be achieved, the CONTRACTOR shall place all wastewater(sewer)lines in accordance with the TCEQ's Rules and Regulations for Public Water Systems effective October 1, 1992,and Desi_ CCriteria for Sewerage Systems. The removal and replacement of sanitary sewers and all requirements by the TQEC shall be considered subsidiary to the installation of this pipeline. 22.0 STORMWATER DISCHARGE PERMIT In accordance with the construction site requirements set forth by the Texas Commission on Environmental Quality(TCEQ)TPDRS General Permit No.TKR 1501000 (March 5, 2003) it will be the sole responsibility of the CONTRACTOR to comply with the referenced General Stormwater Permit conditions for the life of the project. A Storm Water Pollution Prevention Plan is provided in Appendix A. These requirements include, but are not limited to, the provision for filing a Notice of Intent (NOI) and maintaining the pollution prevention plans required in the General Stormwater Permit. All costs associated with complying with all - provisions of the General Stormwater Permit shall be borne by the CONTRACTOR. Unless notified otherwise, the CONTRACTOR shall be authorized to discharge stormwater associated with the CONTRACTOR's Project work activities. Additional information may be obtained by contacting EPA's NPDES stormwater hotline at 7031821-4823 or the appropriate EPA Regional Office. This requirement is set forth to ensure that no damage or degradation to neighboring properties, public or private thoroughfares and waterways occurs as a result of erosion caused by construction activities. Any property disturbed by construction activities shall be returned to either specified condition or preconstruction conditions as set forth in the Contract Documents. The CONTRACTOR shall provide an overall erosion and sedimentation control system which will protect all disturbed areas and soil stockpile/spoil areas. An appropriate erosion and sedimentation system must be used and maintained in effective operating condition during construction, and all exposed soil and other fills must be permanently stabilized at the earliest practicable date. The CONTRACTOR shall have the sole responsibility for the means, methods, techniques, sequences and procedures for the furnishing, Installing and maintaining erosion and sedimentation control structures and procedures. The overall system shall be modified by the CONTRACTOR from time to time as may be required to effectively control erosion and sediment during construction and as directed by the OWNER during construction- FAprojects131813200\SpecMLPS1p1001.doc 0110301-8 r 318-320OLP 23.0 EXPLOSIVES Use of explosives will not be allowed on this Project. 24.0 PROJECT PHOTOGRAPHS A. The CONTRACTOR shall take photographs of the project site and all residences prior to construction, a minimum of 30 monthly during the construction of the Project and after completion of the Project including all residences. Photographs may be taken with a quality 35mm or better quality camera equipped to photograph either interior or exterior exposures,with lenses ranging from wide angle to 135mm. Photographs shall betaken at locations as designated by the OWNER and/or ENGINEER. All prints and negatives required by the OWNER shad become the property of the OWNER. B. Two (2) glossy color prints (minimum 4" x 6") and the negatives shall be provided for each photograph taken. Each print shall be marked to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If photographs of adequate quality are not produced from exposure,additional photographs shall be taken immediately. C. The CONTRACTOR shall provide photographs of the entire site prior to construction. Starting one (1) month after the date of the preconstruction photographs, and continuing as long as the work is in progress, monthly photographs shall be taken to. accurately record the work that has progressed during that period. D. The CONTRACTOR shall record the condition of the project by video taping the entire site prior to construction. The video shall be clear and sharp and accurately record the preconstruction condition of the permanent easement,temporary easement and all structures within and,adjacent to the easements. The OWNER shall be furnished a VHS copy of the video taken prior to the CONTRACTOR moving equipment and materials onto the project site. 25.0 UNCLASSIFIED EXCAVATION �,. All excavation will be unclassified. ft shall be the responsibility of the CONTRACTOR to make such subsurface investigations as he deems necessary to determine nature of material to be excavated. 26. SEEDING - CONTRACTOR Provide topsoil, sodding,and seeding per Specification Section 02034. Provide sodding on all disturbed areas on lease property. Provide seeding on all other disturbed areas. END OF SECTION F.Iprojects1318132001St)ecs\LPS101001.doc 01001-7 318-32OOLP SECTION 01010 CONSTRUCTION SEQUENCE ITEMS PART 1 - GENERAL 1.01 GENERAL A. The CONTRACTOR shall prepare and submit a project schedule within 30 days of beginning worts, outlining the schedule and time requirements for constructing the water line and providing the individual service connections. S_ The CONTRACTOR shall substantially complete one line and test before beginning on the next line. C. Line C shall be constructed before or after the eagle nesting period as described in Appendix A. D. The CONTRACTOR shall notify each RESIDENT at least 14 days in advance and again 3 days prior to beginning work on a service connection line, and coordinate with the OWNER and the RESIDENT the specific location for each. E. Access to all residences must be maintained at all times. F. Refer to Addendum A, Storm Water Pollution Prevention Plan, Item 1.9, Sequence of Construction Activities. END OF SECTION FAprojecls131 M2001Sper sIPS101010.doc 01010-1 r- 318-3200 SECTION 01301 r CONTRACTOR'S SUBMITTALS PART 1 - GENERAL 1.011 SCOPE The CONTRACTOR shall submit descriptive information to: A. Allow the ENGINEER to advise the OWNER whether the materials and equipment proposed for the project are in general conformance with the design concepts and in conformance with the drawings and specifications. IF B. Provide a record for the OWNER of the materials and equipment which have been incorporated into the project. C. Provide a guide for operations and maintenance of equipment. D. Provide information required for the administration of the Contract for construction of the project. This section of the specifications provides a more detailed description of the requirements for submittals as outlined in the General Conditions but does not r alter any requirement for submittals as described in the General Conditions. I PART 2 - PROCEDURES 2.01 CONTRACTOR'S RESPONSIBILITIES The CONTRACTOR shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure that the values, material, equipment, or method of work shall be as described in the submittal. All submittals must be stamped by the CONTRACTOR, Indicating that they have been checked by the CONTRACTOR for compliance with the Contract Documents and approved by the CONTRACTOR, or contain certifications as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications will be returned without processing to the CONTRACTOR. 2.02 SUBMITTAL TO OWNER The CONTRACTOR shall submit all shop drawings, certifications, letters, warranties, and any other information required by these Specifications and Bid Documents to the ENG:NEER for review as detailed herein, r 0 F.1projectS1318132001Specs\LPS101301.CDC 01 301-1 318-320OLP 2.03 MARKING OF SUBMITTALS A. The CONTRACTOR shall assign a number to each submittal provided to the ENGINEER to allow each submittal to be tracked while processing through the review procedures. B. Assignment of numbers shall be by means of a letter prefix, a sequence number, and letter suffix to indicate resubmittals. C. The sequence number shall be issued in chronological order for each type of submittal. Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the ENGINEER for processing. As an example, a submittal with the number 25 indicates that the submittal is the 25th submitted. Submittal number 12-A indicates the submittal is the 12th shop drawing submitted and is being submitted for the second time. D. Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not require that any response be given for the material. CONTRACTOR and ENGINEER shall both - maintain a log of submissions to allow the processing of CONTRACTOR's submittals to be monitored. Logs will be reviewed periodically to determine that all submittals are received and processed. E. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. F. Submittals shall be accompanied by a Submittal Transmittal Farm to be provided by the ENGINEER. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections, etc. for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that they should be checked as a unit. 2.04 CONTRACTOR MODIFICATION REQUEST/PROPOSED CONTRACT MODIFICATION A. Any change in the contract documents that is requested will be initiated by the CONTRACTOR issuing a CONTRACTOR's Modification Request or by ENGINEER issuing a Proposed Contract Modification on the form provided by the ENGINEER. - Proposals will be considered and if found acceptable will be incorporated in a Field Order in accordance with the General Conditions or Change Order in accordance with the General Conditions. B. The cost of ENGINEER's evaluation of any substitution or deviation requested by the CONTRACTOR may be charged to the CONTRACTOR by the OWNER, through a Change Order. FApro]ecls131 M320MSpecs\LPS101301.doc 01301-2 _ 318-3200 2.05 SHOP DRAWINGS A. DEFINITION 1. As defined in the General Conditions, shop drawings consist of all drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for the CONTRACTOR to illustrate some portion of the work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other information prepared by a supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. 2. Shop drawings shall indicate the kind, exact model, size, arrangement, and operation of component materials and devices; materials of construction, external connections, anchorages and supports required, performance characteristics; dimensions, weights, and other information required for installation and correlation with other materials and equipment. B_ SCHEDULE FOR SUBMITTAL OF SHOP DRAWINGS 1. The CONTRACTOR shall submit, in accordance with the General Conditions, a schedule indicating the time and sequence in which Shop Drawings are to be submitted. This schedule shall consider the dates for incorporation of the materials or equipment into the project and take into consideration time for delivery and a reasonable time for review of shop drawings. Proposed order and delivery dates shall be incorporated in the Progress Schedule. 2. Shop drawings will generally be reviewed in the order in which they are received. Drawings marked "Priority" will be reviewed ahead of other shop drawing submittals not so marked which have already been received but are not yet being reviewed. CONTRACTOR shall be aware that checking of "Priority" shop drawings may delay the review of other drawings which have W already been submitted by the CONTRACTOR and the use of this designation is to be used with discretion. C. CONTRACTOR'S REVIEW AND CERTIFICATION The CONTRACTOR shall verify that the material and equipment in each shop drawing conforms to the requirements of the Contract Documents. Shop drawings shall be in strict compliance with the Contract Documents and shall bear an executed statement to that effect by the CONTRACTOR, Shop Drawings without this stamp applied will be returned without review. D. DEVIATIONS FROM CONTRACT DOCUMENTS Requests for deviation from the Contract Documents shall be by CONTRACTOR's Modification Request as outlined in Paragraph 2.04 of this section of the specification. The CONTRACTOR's Modification Request shall fully identify and describe the deviations and state the reason the change is requested. Any savings in cost related to the substitution is to be stated in the request for consideration.. FAprojWs1318132o415pKs\LP&Q13C1i Am 01301-3 318-3200 E. REQUIREMENT FOR COMPLETE SHOP DRAWINGS 1. Material in shop drawings shall be in sufficient detaii to demonstrate compliance with all requirements of the Contract Documents. Shop drawings shall address material and/or methods of construction, design criteria, performance characteristics, and special provisions of the Specifications. 2. Shop drawings for systems and related equipment shall include information for all components required for a complete and operational system, including electrical, mechanical, and any other information required to indicate how the various components of the system function, and shall be included in the same submittal. - 3. Where statements of certification, written guarantees, extended service agreements or extended warranties as defined in Paragraph J are required, they will be provided with the shop drawing. The effective date of the guarantee and service agreements, however, shail not be until the date of acceptance for the project. 4. Shop drawings shall be clearly marked to show the applicable sections of the specifications and sheet in the drawings. Other identification may also be required on drawings such as layout drawings or schedules to allow the reviewer to determine where a particular item is to be used in the project. -� 5, A minimum of six (0) copies of each shop drawing shall be submitted. Five (5) copies will normally be retained by the ENGINEER and OWNER. Any remaining copies will returned to the CONTRACTOR. 6- Shop drawings which do not have all of the information required for evaluation will be returned without benefit of review and comment. F. CHECKING AND REVIEW OF SHOP DRAWINGS 1. The ENGINEER will review the data for general conformity to the Contract Documents. Comments will be made on items called to the attention of the _ ENGINEER for review and verification. Markings will be based on this examination and do not constitute a blanket review of the shop drawing. The ENGINEER's review does not relieve the CONTRACTOR from any responsibility for errors or deviations from the Contract requirements. Shop drawings which contain substantial error or omissions, or which are not clearly legible, will be returned without benefit of review. 2. Shop drawings will be marked in one of the four following ways: a. Reviewed: Shop drawings are acceptable without correction and may be distributed for construction and/or manufacture. b. Furnish as Corrected: Shop drawings are acceptable with minor corrections as marked and may be used with the corrections noted. C. Revise and Resubmit: Shop drawings having significant errors or incomplete data shall be revised and resubmitted for subsequent review after corrections have been made or additional materials are available. d. Rejected: Material or equipment described is not acceptable. F:1p(ciectsL31&32001Specs1LPS\01301.doc 01301-4 - 318-3200 G. APPROVAL OF EQUAL SUBSTITUTIONS Where Contract Documents allow substitution of material or equipment as an approved equal to the specified product, shop drawings shall be provided. Shop drawings shall include supporting data to indicate specifically, on a point by point basis for each feature of the design, how the proposed product is equal to or better than the specified product. Deviations from the Contract Documents must be requested and approved as described in Paragraph D. H SHOP DRAWINGS REQUIRED Shop drawings are required for only those items of equipment or materials where submittals are listed in the individual specification section and for the determination of substitutions for approval as described in Paragraph G of this section. Only these shop drawings will be reviewed. Shop drawings which are not required may be returned with the notation "Not required by this contract." I- OWNER SELECTED OPTIONS Where selections are to be made by the OWNER for color, texture or finish and shop drawings are required for that product, shop drawings will be submitted for approval of the materials of construction, composition, etc., prior to the selection of finishes by the OWNER. Items requiring selection of finish for which shop drawings are not required shall be furnished as record data. Selection of finish for materials shall be determined as described in Paragraph 2.13. J. CERTIFICATIONS, WARRANTIES AND OTHER REQUIREMENTS Where indicated in the Contract Documents the following items as defined below are to be provided as part of the shop drawing. 1. Certified Test Report - A report prepared by an approved testing agency on r the results of tests performed on materials to indicate their compliance with the specifications- Reports are to be numbered consecutively for reference. Retest required to verify compliance with Contract Documents shall be identified with the same number as the original test with a letter to indicate retest, similar to the numbering system used for Shop Drawings. 2. Certification of Local Field Service - A certified letter stating that field service is available from a factory or supplier approved service organization located within a 370-mile radius of the project site. 3. Extended Warranty - A guarantee of performance for the product or system beyond the one-year warranty described in the General Conditions. The Warranty Certificate is to be issued in the name of the OWNER. 4. Extended Service Agreement - A contract to provide operations and maintenance for equipment as specified beyond that required to full requirements for warranty repairs; or to perform routine maintenance at some period beyond the warranty period. The Service Agreement is to be issued in the name of the OWNER or RESIDENT. F_lpraiects13181320015pecs\LPS\01301.doc 01301-5 318-3200 5. Certification of Adequacy of Design - A certified letter from the manufacturer of the equipment stating that they have designed the equipment offered to account for structural stability to withstand all imposed loads without - deformation, failure or adversely affecting the operational requirements of the unit; and operational capability, including mechanical and electrical equipment sizing to be fully operational in accordance with the conditions specified. 6. Certification of Applicator/Subcontractor Qualifications - A certified letter stating that the applicator/subcontractor proposed to perforin a specified item of work is duly designated as factory-authorized and trained for the application or installation of the specified product. 2.06 RECORD DATA A. Record data shall be submitted to provide information as to the general character, style and manufacturer of the equipment to allow the OWNER to adequately identify the materials or equipment incorporated into the project. Record data shall be provided for all equipment and materials of construction. Record data are not required for items for which Shop Drawings and or operations and maintenance manuals are required. B. Record data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, morcel numbers _ and other information which would allow this material to be replaced at some future date. Record data will be received by the ENGINEER and logged for transmittal to the OWNER. Record data will not be reviewers for comment and no response will be made to the CONTRACTOR. 2.07 PROJECT INFORMATION REQUEST A. When it is necessary for the CONTRACTOR to request additional information, interpretation of the Contract Documents, or when the CONTRACTOR believes there is a conflict between the drawings and specifications, he shall identify the conflict and request clarification using the Project Information Request form. Use of this form will allow requests for information to be routed to OWNER, design engineers, design consultants or others through the ENGINEER and allow these requests to be monitored to determine that clarification is provided when needed. Sufficient information shall be attached to permit a written response without further information. B. The ENGINEER will log each request and will review the request to determine that the information provided is adequate. If information is not adequate, the request will be returned for additional information. When adequate information is provided, the request will be reviewed and a response made. If a change is required, the ENGINEER will initiate a Proposed Contract Modification. If no change is required the ENGINEER will provide additional information required to help the CONTRACTOR comply with the Contract Documents. F:Iproiec1s131%3200lSpecs\LPS101301-doc 01301-6 318-3200 2.08 NOTIFICATION BY CONTRACTOR A. Written notification of the need for testing, observation work by ENGINEER, intent to work outside of regular working hours, or the request to shut down the facilities or make utility connections shall be given to the ENGINEER by issuance of a Notification By Contractor on a form provided by the ENGINEER. END OF SECTION w� F:1pro}e0s13181320015,pecsILPS101301.c(cc 01301-7 31€3-320OLP SECTION 02226 PIPE BORING 1.00 GENERAL 1.01 SUMMARY A. All labor, materials, and equipment required to furnish and install pipelines under streets by boring. B. The CONTRACTOR shall conform to the requirements of the CITY construction specifications. All work necessary to meet these requirements shall be considered incidental to the installation of the pipeline in the rights-of-way. C. Wet directional drilling is not permitted within the Texas Department of Transportation right-ol-way. 1.02 SUBMITTALS A. Record Data: Submit for record purposes only detailed drawings, data, and design calculations for encasement pipe, tunnel liner plate, fasteners, coatings and miscellaneous fittings in conformance with the Contract Documents. B. Certificate: Submit certificates of compliance with referenced standards for all products specified in Part 2. 2.00 PRODUCTS 2.01 PIPELINE ENCASEMENT A. Casing Pipe: 1. Material: A-36 steel. 2. Exterior and interior coating.- Goal tar epoxy in accordance with AWWA C210, 3, Nominal diameter: Minimum 12 inches larger than bell OD of carrier pipe, unless otherwise indicated. 4, Wall thickness: Sufficient to support loads indicated on drawings and a minimum wall thickness of 0.50 inches in all areas, If the minimum 0.50 inch wall thickness is not sufficient to support the applied load, then the CONTRACTOR shall be responsible for providing a drawing and design, • sealed by a Texas Professional Engineer, for record purposes only, showing the proposed increased load and thickness. 5. Minimum yield stress: 36,000 psi. 6. Type of joint- Welded in conformance with AW WA C206. 11400 F.\projects131803200\Specs\LPS102226.doc 02226-1 :318-3200LP ' 7. Method of installation: Baring. B. Casing pipe shall be located as required by the specifications and as shown on the Drawings. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. When boring pipe from a point starting below the ground surface, suitable pits or trenches shall be excavated for the purpose of conducting these operations and for placing end joints of the pipe. 2. Such pits and trenches shall be sheathed securely and braced in a manner satisfactory to prevent earth caving. Open excavations shall be adequately barricaded for safety of personnel and/or livestock in the area, 3. The pits and trenches shall be backfilled after these construction operations are completed and excess excavated material shall be disposed of as specified. 4. Pipes installed under streets, or other facilities by these construction methods - shall conform to the fallowing: a. All work shall be performed during daylight hours. b, Construction shall be done in such a manner that will not interfere with the operation of the transportation facilities. c. Curing construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained until backfilling has been completed. d. Construction shall not weaken or damage any embankment or structure. _ e. Construction must comply with all requirements and specifications of the State Highway Department, city or county incidental to the pipeline installation within respective right-of-ways. _ e. All backfilling of open excavations within these rights-of-ways shall be compacted to 05 percent of the maximum dry density. 5 The pipe shall be installed starting from the lower end. 6. Any pipe damaged as a result of the construction operations shall be removed and replaced by the CONTRACTOR at no additional costs. 7. Dewatering: a, All water used or encountered during construction by boring, jacking or tunneling by the CONTRACTOR is the responsibility of the CONTRACTOR and measures shall be provided by the CONTRACTOR in such a manner that the water will not damage public or private property or create a nuisance or health menace. b. The CONTRACTOR shall provide and operate pumps, pipes, and equipment to keep all excavations and accesses free from water until the pipeline is installed and backfilling has been completed. c. The CONTRACTOR shall provide all power and facilities necessary to operate the pumps and equipment. FAprojects13181320MSpecs\LPSW2226.doc 02226-2 318-320OLP d. Water, if odorless and stable, may be discharged into an existing storm drain, channel, or street gutter in a manner approved by the OWNER. e. When required, a means of desilting the water before discharging shall be provided. 3. The design of the trench safety system for all pipe jacking, boring and tunneling operations is the CONTRACTOR's sole responsibility. The CONTRACTOR shall engage a Professional Engineer registered in Texas to prepare the trench safety systems design. B. Boring: 1, Holes may be bored mechanically and shall be done using a pilot hole. 2. A 2-inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade on both sides of the embankment. 3. The pilot hole shall serve as the centerline of the larger diameter hole to be bored. 4. Use of water or other fluids in connection with boring operations shall be permitted only to lubricate cuttings. Wet directional drilling shall not be done through Texas Department of Transportation right-of-way. 5. Jetting shall not be permitted on 3-inch or larger pipelines. 5. Gel-forming colloidal drilling fluid consisting of at least 10 percent high grade carefully processed bentonite may be used in unconsolidated soil formations to: a. consolidate cuttings. b. seal the bore hole walls. c. provide lubrication for subsequent removal of cuttings_ d. provide immediate lubrication for installing the pipe. 7. All voids created because of any over cutting shall be filled by pressure grouting the entire length of the pipe boring installation, per grout specifications. C. Carrier Pipe Installation.- 1 nstallation:1. Install carrier pipe to grade and securely block in place to prevent movement _ as shown on the Plans. 2. The void space between the carrier pipe and tunnel plate shall not be filled. 3. All voids created between the outside of the casing pipe and undisturbed soil shall be pressure grouted after installation of the casing pipe, per grout *" specifications. D. Tolerances: 1. Conduits shall be placed to line and grade and the CONTRACTOR shall correct any deviation. 2. Unless otherwise noted on the Drawings, the CONTRACTOR will be permitted a tolerance from exact grade alignment of 1 inch per 100 linear feet, or portion thereof, for vertical and horizontal. The variation shall he regular and only in one direction and the final grade of flow fine shall be in r the direction indicated on the drawings. 1 FAproiects13 t 6i320MS pecs1LPS=226.doc 02226-3 318-3200LP 3. The CONTRACTOR shall inform the OWNER of any horizontal or vertical variations for their approval. The OWNER will approve or reject the pipe position and the CONTRACTOR shall make appropriate modifications to the pipe alignment and grades, in necessary, at the CONTRACTOR'S sole expense. END OF SECTION F::�praiects\318Q200NSpecs\LPs\02226.doc 02226-4 318-3200 SECTION 02778 EROSION CONTROL BLANKET PART 1 - GENERAL 1 .01 SCOPE The CONTRACTOR shall furnish all labor, materials, tools,supervision, transportation,and installation equipment necessary for the installation of the erosion control blankets, as specified herein. 1.02 REFERENCES The current ASTM Standards on Geosynthetics, sponsored by ASTM Committee 0-35, apply to these specifications. 1,03 MATERIALS: REQUIREMENTS FOR EROSION CONTROL BLANKETS A. Surface slope less than 3:1: 1, General: Provide 100 percent biodegradable gnat with a 100 percent straw fiber matrix. 2. Matrix: 100 percent straw fiber shall be evenly distributed over the entire mat at a density of 0,5 Ibslsy. 3. Netting: Biodegradable, natural organic fiber thread shall be woven into approximate 112-inch x 1-inch mesh. Netting should weigh approximately 9.3 1bsf1000 sf. 4. Provide North American Green S75BN or approved equal. B. Surface slope 3:1 or greater: 1. General: Provide 100 percent biodegradable mat with a straw and coconut fiber matrix. 2. Matrix: Homogeneous mixture of 70%straw at 0.35 lblsy and 30%coconut fiber at 01.15 Iblsy shad be evenly distributed over the entire mat at a density of 0.5 lylsy. 3. Netting: Biodegradable, natural organic fiber thread shall be woven into approximately 1!2-inch x 1-incl, mesh on both sides of the btanket. Netting should weigh approximately 9.3 Ibs11000 sf. 4. Provide North American Green SC150BN or approved equal. 1.04 SUBMITTALS A. Property values specification: The CONTRACTOR shall submit the manufacturer's specification information which indicates the propertyvalues of the products that are to be submitted for use on the project. r:Vrojects1318132001Sp6cs1LPS102778.doc 02778-1 318-3200 B. Samples: A sample (12-inch by 12-inch) of each erosion control blanket will be submitted along with the specification data. PART 2 - INSPECTION AND TESTING 2.01 SHIPPING, STORAGE AND HANDLING A. General: The erosion control blankets shall be shipped, stored and handled in accordance with manufacturers' written recommendations and as specified herein. The CONTRACTOR will be responsible for shipping, storage and handling. B. Roil Identification: Each roll will be labeled either by printing directly on the erosion control blanket or tagged with name of manufacturer, product number, and physical dimensions, The label or tag information shall be affixed or attached to the roll at all times during deployment of the roll. The roll identification number and manufacturer name will also be marked on the protective covering. C. Handling: No hooks, tongs or other sharp tools or instruments shall be used for handling erosion control blanket rolls. The erosion control blankets shall not be dragged along the ground. D. Site Storage: Erosion control blanket rolls shall be protected from ultraviolet(U\J light exposure, precipitation or other inundation, soil, mud,dirt,debris, puncture,cutting, or other damaging or deleterious conditions. The erosion control blankets shall not be stored directly on the ground. 2.02 GEOTEXTILE INSPECTION Prior to installation,the CONTRACTOR shall visually inspect all erosion control blanket rolls for imperfections and possible damage. All defective rolls shall be marked and repaired in - accordance with manufacturer approved methods. PART 3 - INSTALLATION - 3.01 PLACEMENT A. The erosion control blanket shall be installed as described in this specification, as shown on the Pians, or in accordance with manufacturer approved installation procedures, B. Cleanup within the work area will be an ongoing responsibility of the CONTRACTOR. Particular care will be taken to ensure that trash, tools, stakes, or other materials are not trapped beneath the erosion control blanket. 3.02 DEPLOYMENT Erosion control blankets shall be deployed free of wrinkles and folds. On slopes,the erosion control blankets shall be anchored at the top and unrolled down the slope. i=:lprojecls131 M320M S pem\L PSW2 7 7 8-doc 02778-2 - 318-3200 3.03 REPAIRS A. CONTRACTOR shall make site inspections weekly and repair all damage to erasion control blanket. Provide additional anchors to secure blanket as needed. B. Erosion control blanket repairs will be made with patches of the same erosion control blanket materiai. 3.04 JOINING METHODS Overlap erosion control blanket blankets per manufacturer's recommendations for best results. Blankets shall be anchored using 4-inch UV-degradable plastic pins or 6-inch wire staples. Pins or staples shall be applied in accordance with manufacturer's staple pattern guide. 3.05 COVER Exposure: The erasion control blanket shall cover all backfill and disturbed soil as indicated on the Plans. Within 24 hours of application, erosion control blanket shall be thoroughly saturated with water and kept moist until grass completely covers the blanketed surface. END OF SECTION F::projects1316,320ONSpecslLPSNO2778,c£oc 02778-3 318-320OLP SECTION 02934 SEEDING PART 1 - GENERAL 1.01 WORK INCLUDED A. Preferred seeding methods include no-till-drill, disc and till and hydromulching. B. Seeding includes spreading fertilizer, herbaceous seed mix and mulch onto tilled topsoil. Seed will be no greater than 0.25-inch below the soil surface. C. Furnish all materials, labor and equipment including watering system to establish a full coverage of grass where specified and to maintain the established areas for 60 days. 1.02 DEFINITIONS Weeds include, but are not limited to: Dandelion, Jimsonweed, Quackgrass, Horsetail, Morning Glory, Rush Grass, Mustard, Lambsquarter, Chickweed, Cress, Crabgrass, Canadian Thistle, Nutgrass, Poison Oak, Blackberry, Tansy Ragwort, Johnson Grass, Poison Ivy, Nut Sedge, Nimble Will, Bindweed, Bent Grass, Wild Garlic, Perennial Sorrel, and Brome Grass. 1.03 SUBMITTALS A. Subunit data on fertilizer, seed, and mulch as necessary to show compliance with these specifications. Include source of supply for materials as well as: 1. Name, trademark, warranty, analysis, form, and coverage for fertilizer. 2. Name, type, germination, purity, germination test results with date of test for seed. 3. Name, type, components and coverage for mulch. B. Submit maintenance instructions, cutting method, minimum and maximum grass height; types, application frequency, and recommended coverage of fertilizer. 1.04 REGULATORY REQUIREMENTS Comply with regulatory agencies for fertilizer and herbicide composition. 1.05 QUALITY ASSURANCE A. Provide seed in containers showing name and type of seed, year of production, net 02934-1 r F:�projecis1318t3200\SpecslLPSI02934.doc 318-320OLP weight, date of packaging, date of germination test, and location of packaging. B. Provide fertilizer in containers bearing the name, trademark warranty of producer, the weight and analysis, and form of constituents. C. It shall be the sole responsibility of the CONTRACTOR to establish uniform stand of grass which is defined as not less than 150 growing plants per square foot of seeded area, regardless of adverse chmatic or other conditions. The OWNER may stop WORK if unfavorable conditions are likely until favorable conditions are present. D. Approved Suppliers: Native American Seed, Junction, Texas Wildseed Farms, Fredricksburg, Texas _ Douglas W, Kpng, Co., San Antonio, Texas Turner Seed. 1-06 DELIVERY, STORAGE, AND HANDLING A. Deliver herbaceous seed mixture in sealed containers. Seed in damaged, wet, or moldy packaging is not acceptable. Store in dry location. B. Deliver fertilizer in waterproof bags. Store in dry location not in contact with runoff. 1.07 MAINTENANCE SERVICE Maintain seeded areas for a minimum of 60 days beginning immediately after placement. The CONTRACTOR shall water as required until grass is well established and exhibits a vigorous growing condition in accordance with paragraph 3.06 of this section- PART 2 - PRODUCTS 2,01 SEED MIXTURE A. Native Herbaceous Seed Mixture for low maintenance areas with natural prairie appearance. This seed mixture will include all of the following species and be applied at a rate of approximately 8 to 10 pounds per acre: 02934-2 1proiects13 W32001Specs\LPSl02934,doc 318-320OLP Common Name Scientific Name Seeding Rate: Pounds/Species in Mix BiQ Biuestern Andra o on gerardii 0.73 Blue Grama Bouteloua gracilis 0.91 Buffalocirass Buchloe dactyloides 2.20 Eastern Gama rass Tri sicum dact liodes 1.10 Hairy Vetch Vicia villosa 1.40 lilinois Bundleflower Uesmanthus illinoiensis 1.40 Indian rays Sor hastrum nutans 0.55 Praihe Wildrye E! mus-,Canadensis 0.91 Showv Partrid a ea Chamaecdsta fascicuiata 1.20 Switchgrass Panicum Wroatum 0.40 White Clover Trifolium re ens 0,20 In lieu of the above seed mixture, CONTRACTOR may submit an alternate mix of the type normally supplied by the listed suppliers. Alternate mix and application rate will be subject to approval by ENGINEER. B. Seed Quality: All seed shall meet the requirements of the Texas Seed Law including labeling requirements for showing pure live seed (PLS _ purity x germination), name and type of seed. All seed shall be treated with a fungicide. Seed which has become wet, moldy or otherwise damaged in transit or storage will not be acceptable. Seed shall be new crop seed (harvested within 1 year prior to planting), free of other weed seed to the limits allowable under the Texas Seed Law. The seed shall have a germination and purity that will produce a pure live seed content of not less than 85 percent. 2.42 FERTILIZER A. Fertilizer shall be a commercial product uniform in composition, free flowing, and suitable for application with standard equipment. The fertilizer shall comply with the applicable State fertilizer laws and shall be delivered in bags or other convenient containers, each fully labeled and bearing the name, trademark, and warranty of the producer. Fertilizer applied during the initial planting shall have analysis ratio of 20- 20-20 also containing traces of sulfur, iron and zinc. Fertilizer used in the second application shall have an analysis ratio or 12-4-8. The figures in the analysis represent the percent of nitrogen, phosphorus, and potash nutrients, respectively as determined by methods of the Association of Official Agricultural Chemists. Fifty percent or greater of the nitrogen required shall be in the form of nitrate nitrogen. The remaining nitrogen may be in the farm of urea nitrogen. B. In the event it is necessary to substitute a fertilizer of a different analysis or form, the total amount of nutrients applied per 1000 square feet shall equal or exceed that specified for each nutrient. r 02934-3 P\projecis131 3200NS pecs\LP3W2934.doc 318-3208LP C. Fertilizer which has become caked or exposed to excess humidity or mixture will not be acceptable. 2.03 MULCH: Furnish straw mulch free of weeds and spread at the recommended rate to adequately cover all areas that are broadcast seeded. 2.04 SOIL MATERIALS Topsoil: Refer to material requirements in Section 82218, 2.01. 2.05 ACCESSORIES A. Water: Clean, fresh and free of substances or matter that could inhibit vigorous growth of grass. B. Erosion Fabric: .lute matting, open weave, where shown on Plans or where slope is steeper than 4:1. PART 3 - EXECUTION 3.01 INSPECTION A. Verify that prepared soil base is ready to receive the WORK of this Section that topsoil has been placed and final grading is acceptable to OWNER, B. Beginning of installation means acceptance of existing site conditions. 3.02 FINAL GRADING A. Comply with the requirement in Section 02218 for final grading, subsoil preparation and placement of topsoil prior to seeming. All areas to be seeded shall have sufficient topsoil placed prior to seeding and seed shall be planted no greater than 0.25-inches below the soil surface. B. Smooth areas that have become gullied; and loosen or retili areas that have become compacted since completion of grading to a depth of 6 inches. 3.03 FERTILIZING A. Apply initial fertilizer in accordance with manufacturer's instructions at a minimum ` rate of 15 Ib per 1000 sf. B. A second application of fertilizer shall be applied to the establishment areas between 45 and 60 days from seeding, at a rate of 8 pounds per 1000 sf. 02934-4 F Ap roj ec;s�31813200\3pec s1L P 5102 934.doc 318-320OLP 3.04 SEEDING A. Following soil preparation, seed mixture containing the seed, fertilizer, mulch and water shall be prepared in accordance with the following quantities. Mixture shall be applied to planting area using conventional equipment. Seed shall be spread with mechanical spreaders to obtain the specified rate. Component Rae per 1000 st Herbaceous seed mix 8 to 10 pounds/acre of specified mixes stated in Section 2.01 Fertilizer 15 pounds Water As Needed Paper Fiber Mulch As recommended by Manufacturer B. Planting Season: 1. March 15 to September 30. 2. Seeding shall not be done during periods other than listed above. C. Areas to Be Established: 1. Seed mixture 2.01, A shall be furnished for areas visible to the public, including but not limited to outward facing portions of the north and south screening berms and where directed by OWNER. 2. Seed mixture 2.01,. B shall be furnished for all disturbed areas including but not limited to inward facing portions of screening berms, disturbed areas along channel T-1, south and east facing portions of the detention pond including disturbed areas associated with the outlet structure and emergency spillway, disturbed areas along the landfill access road in sectors 7 and 8 and where indicated by OWNER. 3. Areas excluded from seeding are the excavation, soil stockpiles and portions of the access road not in sectors 7 and S. D. For areas to be established, apply water with a fine spray immediately (within 24 hours) after each area has been seeded and mulched. Saturate to 4 inches of soil. Water daily as often as necessary to establish grass. 3.05 SEED PROTECTION A. Cover seeded slopes where grade is 4:1 or steeper with erasion fabric. Holl fabric onto slopes without stretching or pulling. B. Lay fabric smoothly on surface, bury top end of each section in 6-inch deep excavated topsoil trench. Provide 12-inch overlap of adjacent rolls. Backfill trench and rake smooth, level with adjacent soil. -. C. Secure outside edges and overlaps at 36-inch intervals with stakes. 02934-5 -� F.\projects1318132001Specs\LPSlp2934.doc 318-320OLP D. Lightly dress slopes with topsoil to ensure close contact between fabric and soil_ E. At sides of ditches, lay fabric laps in direction of water flow. Lap ends and edges minimum 6 inches. F. No heavy equipment shall be moved over planted area unless area is to be retilled and reseeded. 3.06 MAINTENANCE A. CONTRACTOR shall water during the 60-day maintenance period as required to - promote a vigorous growing condition and to prevent grass and soil from drying out. B. Prior to the second fertilizer application, CONTRACTOR shall reseed areas which show bare spots of 2 square feet or larger. Minimum of 95 percent coverage of desired species shall be required for OWNER acceptance. C. CONTRACTOR shall extend the maintenance period if required to establish 95 percent coverage of desired species or 150 plants per square foot. D. Protect seeded areas with warning signs during the maintenance period, if necessary. END OF SECTION 02934-6 F:Iprojects131$13200Spec slLP5t02934.doc 318-320OLP SECTION 15002 FIELD TESTING OF HDPE PRESSURE PIPING SYSTEMS 1.00 GENERAL 1 .01 SCOPE A. provide all necessary labor, materials and equipment, including test pumps and gauges, as well as temporary valves and piping to perform the testing operations of T,. piping systems as specified herein. r B. All water pipelines will be tested. C. CONTRACTOR's Responsibility 1. Take such precautions as required to prevent darnage to lines and appurtenances being tested. + 2. Repair any damage resulting from tests. 3. Repair and retest all items which do not pass the tests as specified herein. 4. Conduct all tests in the presence of the ENGINEER, and to the satisfaction of the ENGINEER and all State and local authorities having jurisdiction. 5. All necessary pumps, water, pipe connections, meters, gauges, and any necessary apparatus to perform and conduct the tests shall be furnished by the CONTRACTOR. C0114TRACTOR shall furnish all necessary equipment and make all tests at CONTRACTOR's expense without separate measurement and payment, but said expense shall be subsidiary to installation of pipe. D. Test pressures are specified in the schedule at the end of this section. E. Water used for testing purposes shall be potable water only. 1.02 REFERENCE STANDARDS PPI TR-31 Underground Installation of Polyolefin Piping, Section 7, System Testing. 1.03 SUBMITTALS A. Submit record data describing proposed testing methods,procedures,and apparatus for ENGINEER's record, prior to testing. " B. Conform to any other applicable requirements of Section 01301. C. Submit a certified test report for each test to ENGINEER certifying the test pressures, * duration of the test, leakage and pertinent observations and comments. P 1proiect01 W200\Specs\LP5115002.doc 15002-1 318-320OLP 1.04 GENERAL SEQUENCE OF WORK A_ Obtain the OWNER's approval of proposed testing methods, proceoures, and apparatus, before performing any test. B. Upon receipt of the OWNER's approval,submit a schedule of testing dates and times at least 24 hours in advance of testing. C. Perform tests as specified herein. 1-05 DEFINITIONS A. "Gravity lines"shalt refer to HDPE pipes designed to normally operate in a partially full condition, B. "Pressure lines"shall refer to HDPE pipes designed to operate in a full condition, with _ the system's energy grade line at or above the top of the pipe during normal operating conditions. 2.00 PRODUCTS Not Applicable. 3.00 EXECUTION 3 01 TESTING OF PRESSURE LINES A- General: 1. Allow concrete blocking to cure for at least 7 days before testing. _ 2. Backfill and compact soil behind all blocking. 3. Backfill over pipe to extent{necessary to restrain the piping. Backfill shall extend to within 1-foot of proposed final grade. 4. Conduct water leakage test after completing hydrostatic pressure tests. 5. Lines which fail to hold the specified test pressure for at least two hours or which exceed aro allowable leakage rate specified below,shall be repaired to the satisfaction of the ENGINEER and retested at the CONTRACTOR's expense. 6. Test section and test water temperature shall be less than 100"'F. Before applying test pressure, time may be required for the test medium and test section to temperature equalize. B. Procedures for Leakage and Hydrostatic Pressure Tests: 1. Slowly fill isolated section of line with water. _ 2. Insure that all air has been expelled through air and vacuum release valves, taps, or connections shown on flans for permanent piping, valves, or accessories. Do not make additional taps solely for air expulsion purposes unless approved by ENGINEER. No additional compensation wiil be made for additional taps. 3. Apply specified test pressure based on the elevation of the lowest section of line under test and corrected to elevation of test gauge. The total test time including F:VoiectsM M3200\SpecslLPS115002.doc 15002-2 313-320OLP initial pressurization, initial expansion, and time at test pressure, must not exceed eight (8) hours. if the pressure test is not completed due to leakage, equipment failure,etc.,the test section should be depressurized,and allowed to "relax" for at least eight (8) hours before bringing the test section up to test pressure again. The test pressure listed in section 3,02 shall be maintained for at least two hours. 4. At the end of the two hours of the test, the entire route of the pipe#ine shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings, or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided and the test shall be repeated until satisfactory results are obtained. Any and all noticeable leaks shall be repaired regardless of whether the actual leakage is within the allowable. The pipe shall be retested. 5. All pipes shall be tested for leakage by a hydrostatic pressure test. Lines shall be filled slowly, with a maximum velocity of 1-foot per second, while venting all air. It permanent air vents have not been installed, the CONTRACTOR shall install corporation cocks at all high points to expel air during initial filling and testing of the lines. The duration of each leakage test shail be at least two hours unless otherwise specified, and during the test the line shall be subjected to a continuous pressure equal to that required in section 3.02 at the lowest elevation. The test procedure consists of initial expansion, and test phases. During the initial expansion phase, the test section is pressurized to the test pressure,and sufficient make-up water is added each hour for three (3� hours to return to test pressure. Test Phase Make-upAmount Make-up Water Allowance U.S. Gallons per 100 it of Pipe) Nominal Pipe Size, 1 Hour Test 2 Hour Test 3 Hour Test in. 1.25 0.06 0,10 0.16 1.5 0.07 0.10 0.17 2 0.07 0,11 0.19 3 0.10 0-15 0.25 4 0.13 0.25 0.40 5 0.19 0.38 0.58 6 0.3 0.6 0.9 8 0.5 1.0 1.5 10 0.8 1.3 2.1 12 1.1 2.3 3.4 14 1.4 2.8 4.2 16 1.7 3.3 5-0 18 2.0 4.3 6.5 20 2.8 5.5 8.0 22 3.5 7.0 10.5 24 4.5 8.9 13.3 F:lprojecds13i13M SpecMLPM15002,doe 15002-3 318-320OLP -• 26 5.0 10.6 15.0 2$ 5.5 11.1 16.$ 30 6.3 12.7 19.2 32 7.0 14.3 21.5 34 8.0 16.2 24.3 36 9.0 18.0 27,0 42 12.0 23.1 35.3 48 15.0 27.0 43.0 54 18.5 31.4 51.7 After the initial expansion phase, about four (4) hours after pressurization, the test phase begins. The test phase may be one (1), two (2), or three (3) hours, after which a measured amount of make-up water added does not exceed the above listed values, leakage is not indicated. The test pressure shall be applied by means of a pump connected to the pipe and to an approved water container, or other approved method, for accurate measurement_ The test pressure shall be maintained (by additional pumping, if necessary) for the specified time. While the line is under pressure, the system and all exposed pipe, fittings,valves,and hydrants shall be carefully examined for leakage. All defective elements shall be repaired or replaced and the test repeated until all visible leakage has been stopped and the allowable leakage requirements have been met. - 6. On completion of tests, any newly installed, approved taps shall be repaired or plugged per the ENGINEER'S direction. 7. Thoroughly purge ail compressed air lines after testing. 3.02 TEST PRESSURES FOR PRESSURE LINES All piping shall be tested to 125 psig at the lowest point tested. 3,63 All pipes shall be disinfected in accordance with Specification Section 01656 DISINFECTION. END OF SECTION FAprojects131 M20MSpees\LPS115002.doe 15002-4 r 318-320OLP rSECTION 15035 ■ HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE PART t - GENERAL 1.01 WORK INCLUDED Nigh Density Polyethylene (HDPE) pressure pipe and fittings in sizes 'i2-inch through 63-inch. HDPE pipe shall be provided in iron pipe standard sizes (IPS)- 1-02 QUALITY ASSURANCE A. Reference Specifications: 1. AWWA C906: Polyethylene (PE) Pressure Pipe and Fittings, 4 inches through 63 inches, For Water Distribution. 2. AWWA C901; Polyethylene Pressure Pipe and Tubing, '12-inch through 3 inch, for Water Service. 3. NSF Std #14: Plastic Piping Components and Related Materials. 4. ASTM D638: Test Method for Tensile Properties of Plastics. 5. ASTM D790: Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 6, ASTM D1238: Test Method for Flow Rases of Thermoplastics by Extrusion Plastometer. 7. ASTM F1473: Standard Test Method for Notch Tensile Test to Measure the Resistance to Slow Crack Growth of Polyethylene Pipes and Resins 8. ASTM D1505: Test Method for Density of Plastics by the Density-Gradient Technique. 9 ASTM D159& Test Method for Time-to-Failure of Plastic Pipe Under Constant Internal Pressure �. 10. ASTM D1599:Test Method for Short-Time Hydraulic Failure Pressure of Plastic I( Pipe, Tubing, and Fittings. 11. ASTM D1693: Test Method for Environmental Stress-Cracking of Ethylene Plastics, 12, ASTM D2122: Method for Determining Dimensions of Thermoplastic Pipe and Fittings, 13- ASTM D2837: Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 14, ASTM D3350: Specification for Polyethyfene Plastics Pipe and Fittings Materials. 15. ASTM 1`1248: Test Method for Determination of Environmental Stress Crack Resistance (ESCR) of Polyethylene Pipe. 16. ASTM D4218: Test Method for Determination of Carbon Black Content in r Polyethylene Compounds by the Muffle-Furnace Technique. 17. ASTM D2737: Specification for Polyethylene (PE) Plastic Tubing- 18. ASTM D2239: Specification for Polyethylene (PE) Plastic Pipe (S1DR-PR) Based on Controlled Inside Diameter. F741r01scts131813200\Specs\LPS415035.DOC 15035-1 318-320OLP 19. ASTM D3261: Butt Heat Fusion Polyethylene PE Plastic Fittings for Polyethylene PE Plastic Pipe and Tubing. 201. ASTM F2206: Fabricated Fittings of Butt-Fused Polyethylene(PE)Plastic Pipe, Fittings,. Sheet Stock, Plate Stock, or Block Stack. - 21 . ASTM F1055: Electrofusion Type Polyethylene Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing. B. High Density Poiyethylene (HDPE) pressure pipe and fittings may be rejected for failure to meet any of the requirements of this specification. Pipe rejected by the ENGINEER shall be removed from the site. C. Inspection; The quality of all materials, process or manufacture and the finished pipe shall be subject to the inspection and approval of the ENGINEER. 1.03 SUBMITTALS A. Submit shop drawings and product data in accordance with the requirements of Section 01301. B. Submit manufacturer's installation instructions. C. Submit affidavits of compliance with the referenced standards. NSF requirements only apply to potable water applications. 1.04 DELIVERY, STORAGE AND HANDLING A. Comply with the manufacturer's handling and storage recommendations. B. Use nylon slings or rope to lift bundles of pipe. Do not use chains. C. Do not drop pipe. D. Support pipe every 4 feet. E. Limit stacking height of pallets to prevent any undue stress or deflection in pipe materials. F. Manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. G. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. It the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. F,1proiects131813200\Specs\LPS115035.DOC 150135-2 318-32OOLP H. Sections of pressure pipe having been discovered with cuts or gouges in excess of 10 percent of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. 1. Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused k sections. Care most be exercised to avoid cutting or gouging the pipe. PART 2 - PRODUCTS 2.011 GENERAL A. Pressure pipe for potable water systems shall bear the seal of approval of the National Sanitation Foundation for use in potable water systems. rB. All HDPE pipe shall be new and shall be marked as in Paragraph E below. C. Pressure pipe shall be as manufactured by Rinker Materials Polypipe or approved equal. D. The pipe shall have true section complying with the sizes specified. All pipe shall be free from cracks, holes,glisters, voids, projections, defects, roughness and chalking, sticky or tacky material. E. Injection molded and electrofusion fittings shall be as manufactured by Central Plastics Company or approved equal. Fabricated fittings shall be as manufactured by ISCO Industries or approved equal. Fittings shall have a minimum pressure rating equal to the pressure rating of the pipe it is attached to. F Pipe and fittings must be marked as prescribed by AWVVA C9O1 or C906 and NSF. Pipe markings will include nominal size, LD base (i.e.: 12 inch iron pipe sizing, IPS), dimension ratio, pressure class, Working Pressure Rating (WPR), AWWA C9O1 or C9O6, manufacturer's name, manufacturer's production code including day, month, year extruded, and manufacturer's plant and extrusion line;and optional NSF-plogo. 2.02 Material Materials used for the manufacture of polyethylene pipe and fittings shall be extra high molecular weight, high density ethyl enelhexene copolymer PE 3408-345464C polyethylene resin as defined in ASTM D3350 meeting the above appropriate referenced specifications: The polyethylene pipe manufacturer shall provide certification that stress regression testing has been performed on the pipe product. The said certification shall include a stress life curve per ASTM D2837. The stress regression testing shall have been done in accordance y with ASTM D2837, and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDB) of 1,6001 psi, as determined in accordance with ASTM D2837. F:lprojectsi31 ais20a\specs\LPs\i 5035 DOC 15035-3 318-320OLP Further, the material shah be listed by PPt (the Plastics Pipe Institute, a division of the Society of the Plastics industry) in PPI TR-4 with a 73°F hydrostatic design stress rating of 1600 psi,and a 140°F hydrostatic design stress rating of 800 psi. The PPI Listing shall be in the name of the pipe manufacturer, and shall be based on ASTM D2837 and PPI TR-3 testing and validation of samples of the pipe manufacturer's production pipe. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance to these specifications. 2.03 PIPE EXTRUSION The pipe shall be extruded using a melt homogenizing/plasticating extruder and "appropriate" die. The extruder screw design should be customized for the HDPE being processed. The extruded tubular melt will be vacuum or pressure sized in downstream cooling tanks to form round pipe to specification diameter and wail thickness with a "matt- finish" surface, per AWWA 0901 or C906. 2.04 PIPE AND FiTTi'NGS A. Pipe Pipe supplied under this specification shall have a nominal IPS (iron pipe size) OD -- unless otherwise specified. The SDR (Standard 'Dimension Ratio), and the pressure rating of the pipe supplied shall be as specified by Engineer. The pipe shall be produced from approved HDPE pipe grade resin(s) to the dimensions and tolerances specified in AW W A 0901 or C906. Any pipe supplied for non-potable reuse water line shall be purple in color. The pipe for potable, sanitary sewer, and raw water lines shall be black in color. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw - material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions,or other deleterious defects,and shall be nominally identical in color, density, melt index, and other physical properties throughout. B_ Pipe Performance The pipe shall be in compliance with the physical and performance requirements of applicable referenced specifications. Specifically, the pipe wifl be extruded from resin meeting specifications of ASTM D3350 with a cell classification of PE 3454840. C. Fittings The HDPE fittings shall be standard commercial products. Provide fittings manufactured by injection molding if available, otherwise fittings shall be fabricated from 0901 or C906 pipe conforming to this specification. All fittings shall be provided/recommended by the manufacturer of the pipe on each project. The fittings F:Iprojc?cNQ I BN32WSpecs1LP5115035.DOC 15035-4 318-320OLP shall be manufactured from the same resin type, grade, and cell classification as the pipe itself. The fittings shall be fully pressure rated by the manufacturer to provide a working pressure equal to the pipe. The manufacture of the fittings shall be in accordance with good commercial practice to provide fittings homogeneous throughout and free from cracks, holes, foreign inclusions, voids, or other injurious defects. The fitting shall be as uniform as commercially practicable in color, opacity, *� density, and other physical properties_ The minimum "quick-burst"' strength of the fittings shall not be less than that of the pipe with which the fitting is to be used. All fittings shall be pressure tested by the pipe/fitting manufacturer to the specification and requirements of AW WA C901 or C946. Standard fittings are tees, ells,wyes,450 bends, flange adapters, reducers,transition fittings, branch and service saddles, and hot-tap tees. 2-05 REPAIR EQUIPMENT/SPARE PARTS The contractor shall supply the following HDPE pipe repair equipment to the City. Alf repair ~' equipment and spare parts shall be new equipment. A. Furnish three (3) 500 kV portable AC generators with twist lock plugs. The power output must be continuous rating not peak rating. The generator shall be compatible with the processor provided. The generator shall have a one-year warranty. B. Furnish three (3)bar code Universal processors for use with an AC generator that can be used with electrofusion fittings from multiple suppliers. The processor shall have a primary voltage of 110 or 115 VAC with a frequency of 50-60 Hertz and will operate from 0 to 120°F. The processor shall have a one-year warranty. The processor shall be as manufactured by Central or approved equal. C. f=urnish three (3) of each size of HDPE scraper tool required for the pipe being provided on this project. Scraper shall be as manufactured by Central Plastics Company or approved equal. D- Furnish six (6) manual squeeze tools for 3" IPS HDPE pipe to shut off the flow in a pipe during repairs. Squeeze tool shall be as manufactured by McElroy or approved equal. E Furnish a minimum of 100 linear feet of each size and pressure rating of HDPE supplied in this project. Each size and pressure rated section of pipe shall be supplied on its own pipe coil, not in sections of linear pipe. Additional pipe furnished shall be from the same manufacturer as supplied for the rest of the project_ F, A qualified manufacturer's representative shall provide training on the repair equipment. The CONTRACTOR shall coordinate the scheduling of such training. G. Furnish a supply of spare parts equal to a minimum of 14 percent of the each size and type of fitting installed,with a minimum of one spare fitting of each size and type. Also provide 1 coupler for every 1000 LF of each size of HDPE being supplied. All fittings supplied as spare parts shall be of the electrofusion type. The pressure rating on the fittings and couplers shall be greater than or equal to the fittings or pipe being FAprolectsQ 1 8\32001Specs\LPSl15025,DOC 15035-5 318-3200LP supplied. Electrofusion fittings shall be from the same manufacturer as supplied for the rest of the project. If electrofusion fittings are not used in the installed low pressure sewer system then fittings shall be from an engineer approved manufacturer. PART 3 - EXECUTION 3.01 INSTALLATION A. General: 1 Comply with the general requirements of Section 02221 and the supplemental requirements following. 2. Install all piping in accordance with pipe manufacturer's instructions. E. Making of Joints: Sections of polyethylene pipe should be joined into continuous - lengths on the job site above ground. The joining method shall be by either the heat fusion or electrofusion method, and shall be performed in strict accordance with the pipe and fitting manufacturer's recommendations.. 1. The heat fusion equipment used in the join ing procedures should be capable of meeting a I I conditions recommended by the pipe manufacturer,including but not limited to, temperature requirements of 4500F, alignment,and 75 psi interfacial fusion pressure. Heat fusion joining shall be 100%efficient offering a joint weld strength equal to or greater than the tensile strength of the pipe. The fusion equipment operator shall receive training using the recommended procedure. The Contractor shall be responsible to verify that the fusion equipment is in good operating condition and that the operator has been trained with the past twelve months. 2. Polyethylene pipe and fittings may be joined using approved electrofusion couplings. Fittings shall be PE3408 HDPE, Cell classification of 345464C as determined by ASTM D3350-02. Electrofusion fittings shall have a manufacturing standard of ASTM F1055, Fittings shall have a pressure rating equal to the pipe unless otherwise specified on the pians. All electrofusion fittings shall be suitable for use as pressure conduits, and per AWWA C906, have nominal burst values of three and one-half times the Working Pressure Rating (WPR) of the fitting. 3. Socket fusion, not gas fusion, threading, solvents, and epoxies will not be used to join HDPE pipe. 4. Mechanical joining will be used where the butt fusion and electrofusion methods can not be used or where called out on plans. Mechanical joining will be accomplished by either using an HDPE flange adapter with a Ductile Iron back- up ring or HDPE Mechanical Joint adapter with a Ductile Iron back-up ring. Flanges, unions, grooved-couplers, transition fittings and some mechanical couplers may be used to mechanically connect HDPE pipe without butt fusion. Refer to manufacturer's recommendations. 5. Plastic to Metal Connections: a. Make all plastic to metal connections bymeans of HDPE adapters b. Do not cut threads on HDPE Pipe. - C. Buried Piping: 1. All excavation shall be done m an approved manner to the elevations and F:\projects131813200tSpecslLPS115035 00C: 15035-6 818-320OLP grades shown on the Plans or specified. The trench bottom shall be free of sharp rocks and large clods of dirt. 2. Embedment for HDPE pipe shall be as shown on the Plans ASTM C33 #67 embedment underthe pipe to a depth 0.75 o.d. (maximum C")and initial backfill to 0 inches over the pipe. All bedding and granular backfill material shall be consolidated to 85 percent standard proctor density 3. Backfill shall be placed according to Section 02221. 4. Pipe shall be placed in trench so that the pipe forms a slight "S" curve in the trench to accommodate expansion and contraction of the HDPE materiai in accordance with the manufacturer's recommendations. D. Exposed Piping: 1. Where required HDPE piping shall be installed in the locations indicated with hangers, brackets, supports, etc., at spacings recommended by the pipe manufacturer. 2. Flexible connections shall be required at locations where pipe passes through a concrete wall. 3.02 FIELD TESTING Comply with the requirements of Section 15002. END OF SECTION FAproiects131813 MSpecslLPSI]5435.❑CC 15035-7 318-3200 SECTION 15104 VALVES PART 1 - GENERAL 1.01 WORK INCLUDED Furnishing and installation of miscellaneous valves, cocks and stops for force main and service connections including operators, valve boxes and accessories as shown on the Plans and specifications. For brevity, the term "valves" shall be construed to mean valves, cocks and slaps and their associated operators and accessories. Refer to Section 11073 for valves included in the grinder pump station, 1.02 QUALITY ASS LIRANCE r A, Referenced Standards: As specified for individual valves in Part 2- B. Each valve shall have manufacturer's name plate in stainless steel showing the •- pressure ratings, serial and model numbers, year manufactured and other pertinent data. C. Valve supplier shall maintain a complete stock of spare parts in the State of Texas or shall indicate that parts will be delivered upon 24 hours of receipt of request. D. Manufacturers of each type of valve shall demonstrate a minimum of 5 years of experience in similar applications for sizes of valves being furnished. References shall be furnished upon request. E_ The valve manufacturer shall furnish test results for hydrostatic and cycle tests, material tests, and proof tests conducted per referenced standards with all adjustments noted for the valve sizes furnished. 1.03 SUBMITTALS A. Shop Drawings and Product Data: 1. Comply with the general requirements of Section 01301 and the supplemental requirements below. 2. Submit one drawing or illustration showing unit construction for each type and size valve used. 3. Submit the following information for each type of valve furnished. a. Specific application expressed In terms of service and contract drawing number where shown. b. Description inciuding type of valve, type of operator and accessories included. i F.\projeLts1318132007 SpecslLf's115100.doc 15100-1 318-3200 C. Size and type of end connections. d. Maximum non-shock working pressure for which valve is designed. e. Materials of construction and coatings for valves and accessories. f. Manufacturers make and model. g. K or Cv value. 4. if catalog bulletins are used to communicate above information, mark out _ inapplicable information. B. Affidavits Submit affidavits of compliance with the reference standards when standards are specified. C. Operation and Maintenance Data: Comply with the requirements of General Conditions and Section 01301. 104 DELIVERY, STORAGE AND HANDLING Comply with the requirements of the General Conditions and manufacturers' recommendations. PART 2 - PRODUCTS 2.01 GENERAL A. Obtain all valves, extensions, and associated manual operators of a given type from a single manufacturer. B. Furnish valves in the sizes specified on the Drawings. C. Valves shall be capable of withstanding the maximum system pressures. D. Valve operators to turn to left, counterclockwise, to open and to right, clockwise, to Close. E. End connections shall be compatible with those specified for pipe. F Valve covers shall state "SEWER" and shall be painted green. G. All internal materials for valves shall withstand corrosion. H. Buried valves shall utilize stainless steel shaft extensions with 2-inch square nut and valve boxes with covers. 2.02 PLUG VALVE DETAILS A. Valve type AWWA C-504 Eccentric Plug non-lubricated, resilient seated with port area not less than SU percent of pipe area. F 1projecW318Q200Spers1LPS1i5100.doc 15,100-2 - 318-3200 B. Nonshock working pressure @ 100°F: 175 psig. C. Construction for 3-inch and 4-inch Valves: 1_ Body: Cast iron (in accordance with AWWA C-504 or C-509). 2. Plug: Cast iron, neoprene faced (in accordance with AWWA C-504), 3. Bearings: Oil impregnated stainless steel or teflon. 4. Shaft seal; Nitrile-butadiene chevron packing, bronze cartridge with 0-rings or V-type. 5. Body seat: Nickel steel machined or 300 series stainless steel. 6. Exterior and interior coating: 4 - 6 mil of 2-part hibuild epoxy, each. 7. Joint type: Bell ends for rubber gasketed pipe D. Construction for 1.5-inch through 2.5-inch valves: 1. Body: Cast iron (in accordance with AWWA C-504 or C-509). 2. Plug: Cast iron, neoprene faced (in accordance with AWWA C-504). 3. Bearings: Oil impregnated stainless steel or teflon. 4. Shaft seal: Nitrile-butadiene non-adjustable V-type packing. 5. Body seat: 300 series stainless steel. 6. Exterior and interior coating: 4 - 6 mil of 2-part hibuild epoxy, each. 7. Joint type: Bell ends for rubber gasketed pipe. E. Manufacturers and figure numbers: 1. DeZurlk, Figure 118. 2. Vaimatic Series 5000, 3. Keystone. 4. Pratt. F Accessories: 1. Furnish accessories specified and as required for a complete system. 2, Valve boxes for baried service: a. -Three piece screw type 5-1 J2-inch diameter, cast iron construction. b. Concrete pad 2'-0" diameter x 6-inch thick around valve box at ground surface. C. Valve box lids shall be labeled "SEWER" and shall be painted safety green. d. Other features as shown on drawings 3. Stem guides to be made of cast iron with bronze bushings and to have adjustable offset. 4. All components of shaft extensions shall be stainless steel including nut shaft, shaft housing and guides. Minimum shaft diameter shall be 1-inch or diameter of valve shaft, whichever is larger. All components shall have continuous welded joints. Provide stem guides or rock shields at 5-foot intervals. 5. Acceptable Manufacturers: a. Valve boxes for buried service: Clow, Model F-2454, b. Stem guides: Clow, Model F-5560. C. Or approved equivalent. F:IproiectOl 81320U1spers"ILPM15100-doc 15100-3 318-3200 - 2.03 CORPORATION STOP FOR SERVICE CONNECTION A. Valve type: Ball valve curb stop. _ B. Nonshock working pressure: 300 psi. C. Valve Construction: 1. Body: Heavy cast bronze (in accordance to AWWA Standard 0800-B9.) 2. Ball: Spherical fluoro-carbon-coated brass ball. 3. Solid bronze, one-piece tee-head and stem. Checks allowing 900 motion are enclosed and protected. 4. Bronze restraining ring shall lock stem into body of valve. 5. Stem 0-rings: Two (2) EPDM O-ring seals, 6. Seats: Molded Buna-N rubber seats shall support ball. 7. Pack joint connections with Buna-N beveled gasket for watertight connection to PVC Schedule 40 ,pipe. D. Acceptable Manufacturer: Ford Meter Box Company, Model B11-333 or approved equal. E. Curb Boxes. 1. The Curb Box shall have a cast iron lid, a 1-inch steel pipe upper section, a cast iron lower section, and a steel rod, The cast iron lid and the lower section shall meet all applicable standards of ASTM A48 Class 25. The upper section shall be manufactured 'from standard steel pipe. The curb box rod shall be AISI 01010 steel. 2. The cast iron lid shall be the plug style with pentagon bolt, cast around a threaded brass bushing. The brass bushing will have pipe threads that will attach to the upper section. The fid will surround the bushing's molded brass tabs, which will prevent the bushing from dislodging during operation. 3. The upper and lower sections shall have a 12-inch telescoping height adjustment for various service line depths less than the nominal product height, and shat be secured with a silicon bronze tension ring. The upper section shall have two diametrically opposed, machine-formed tabs that shall engage two ribs within the lower section. This will prevent the upper section from turning within the lower section during lid operation. 4. The lower section shall have an arch to span a 314-inch or 1-inch curb stop, The arch shall allow for an optional curb box base, Model CB-7, which shall span 1-114-inch, 1-112-inch, and 2-inch curb stops, and shall increase (5 inches) the overall curb box height. 5. The curb box rod shall be manufactured of 0.558-inch diameter steel rod, welded to a cast tee-head socket. The tee-head socket shall accommodate a 3116-inch brass cotter pin (alloy 260, ASTM B134), which will be furnished by the manufacturer. The depth of the socket shall be 9116-inch from the centerline of the cotter pin. The socket width shall be approximately 518-inch. The top of the curb box rod shall have a spade approximately 5116-inch thick, 518-inch by 518-nch square, for operation with a stationary rod key, Model F:lprofects131 B1.32oo1speCs1LP5115100.doc 15100-4 318-3200 Number SRK. The curb box rod shall have a self-centering feature formed in the rod, below the spade. The self-centering feature will be a double curve, each curve formed in an opposite direction from the rod axis, within a plans perpendicular to the spade. This will keep the spade properly positioned from the curb box wall for easy engagement of the stationary rod key (SRK). 6 The curb box shall be the EAt-30-40-18R or designated height, as manufactured entirely in the United States by the Ford Meter Box Company, Inc., Wabash, Indiana, or approved equal. 2.04 CHECK VALVE FOR SERVICE CONNECTION The check valve shall be brass swing check valve for water service with metal-to-metal seal and NPT connections as manufactured by Watts or equal. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all valves, floorstands, and appurtenances in complete accordance with manufacturers instructions and recommendations. B, Installation shall be in accordance with the pians, approved shop drawings and the manufacturers instructions. C. install valves and valve operators to provide for ease of access and operation. D. Space stem guides at eight feet center to center maximum or closer if recommended by manufacturer. 3.02 FIELD QUALITY CONTROL > A. Retain a qualified representative of the manufacturer to perform the following services: 1. Inspect the completed installation and note deficiencies. 2. Assist the CONTRACTOR during start-up, adjusting, and site testing of competed installation as required. 3. Instruct OWNER personnel in the operations and maintenance of the equipment. END OF SECTION R proiecis�ai8�3zoa\5pecs\LPSN151OO.d❑c 15100-5 PART F BONDS AND INSURANCE r rPERFORMANCE BOND Bond. No. 6290178 rTHE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William I Schultz Inc, dba Circle "C" Construction Corn an as Principal herein, and (2) Safeco Insurance Company of America, a corporation organized under the laws of the State of(3) Washington, and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas, Obligee herein, in the sum of *One Nfillion, Two Hundred Sixty-Nine Thousand, Nine Hundred Twenty-Five and No/100* Dollars ($*1,269,925.00*) for the payment of which sum we bind ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the day of , 2005, a copy of which is attached hereto and made a part hereof for all purposes, for the onstruction of: Lake Worth South Shore Low Pressure Sewer System Water Prosect No. P171-070171131150 NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall Fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 17-111.day of . 2005. r* rw William J.Schultz Inc. dba M -Circle"C"Construction Company - -, PRINCIPAL +� ATTEST: By: Name: Wiilianri J.Schultz (Principal)Secretary Address: P.[).Sox 4032$ Fort Worth TQC 76140 Witness as to Principal Safeco Insurance Company of America SURETY Fos ATTEST: By: Name: Sheryl A.Mutts,Attorney-in-Fact Secretary Address: Safeco Plaza r (SEAL) - . _Seattle, WA 98185 ao- 'go� Witness as to Surety,Jol-n-W.MblIer Telephone Number: 1- 472-4455 1 NOTE: (1) Correct nam of Principal(Contractor), (2) Correct name of Surety. (3) State of incorporation of Surety r Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. t r r PAYMENT BLIND Bond No.6290178 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) William J. Schultz Inc, dba Circle "C" Construction Com an , as Principal herein, and (2) Safeco Insurance Company of America, a corporation organized and existing under the laws of the State of(3) Washington, as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of *One N illion, Two Hundred Sixty-Nine Thousand, Nine Hundred Twenty-Five and No1100* Dollars ($*1,269,925.00*} for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of , 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Lake Worth South Shore Low Pressure Sewer System Water Project No.P171-070171131150 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the r said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void, otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 17 4�ay of_ _ , 2005. w William J.Schul Inc,dba Circle"C"Construction Com n PRINCIPAL A1`TES ` tom, By: Name: William J.Schultz,President (Principal) Secretary - ,.. Address: P.®.Box 40325 ` _Fort Worth,TX 76140 _ Witness as to Principal Safeco Insuranc om an of America SURETY ATTEST: By: 9/4 Name: Sheryl A.Mutts,Attopel-in-Fact Secretary Address: Safeco Plaza (SEAL) Seattle,WA 98185 r0-000, Witness as to Surety,Jai er Telephone Number: 1-800-472-4455 r NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. MAINTENANCE BOND Bond No. 6290178 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That William .1, Schultz, Inc., dba Circle "C" Construction. Cornua, ("Contractor":), as principal, and 'Safeco Insurance Company of America a corporation organized under the laws of the State of Washington, ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ('City-) in Tarrant County, Texas, the sura of *One Million, Two Hundred Sixty-Nine Thousand, Nine Hundred Twen -Five and No1100*Dollars ($*1,269,925.00*), lawful money of the United States, for payment of which sum well and truly be Rude unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs,executors, administrators,assigns and successors,jointly and severally. This obligation is conditioned, however,that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the J; rfof 05, a copy of which is hereto attached and made a part hereof, for the performance of the following Iscribed public improvements; Lake Worth South Shore Low Pressure Sewer System the same being referred to herein and in said contract as the Work and being designated as Project Number(s)P171-070171131150 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a pari hereof, and, WHEREAS, in said Contract, Contracior binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of two {2} years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of two (2)years:and W1IEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WIIEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in w full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 5 counterparts,each of which shall be deerned an original, this ! 7 day of , A,D. 2005. ATTEST: William J.Schultz,Inc.,dba (SEAL) Circle"C" Construction Company Contractor By: rSecretary Name: WUHarn J.Schultz FTitle: President Address: P.O. Box 40328 Fort Worth,TX 76140 Witness as to Surety: Safeco Insurance Vanpany of America (SE ) Surety By: John A.Miller Name: Sheryl A.Mutts Title: Attorney-in-Fact Safeco Plaza Seattle WA 98185 Address S A F E C Ory State of Texas Surety Bond Claim Notice In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code, any notice of claim to the named surety under this bonds) should be sent to: SAFECO Surety Adams Building 4634 154th PL NE Redmond, WA 98052 Mailing Address: SAFECO Surety PO Box 34526 Seattle, WA 98124 Phone: (425) 376-6535 Fax: (425) 376-6533 www.SAFECO.com - -- - - - --- - --- - --- - EXHIBIT B IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insurance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance This means that under certain circumstances, we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. Under this formula, the United States government pays 90% of losses caused by certified acts of terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and condition so this bond, the underlying agreement guaranteed by this bond, any statutes governing the terms of this bond or any generally applicable rules of law. At this time there is no premium change resulting from this Act. E POWER SAFECO iNSUPANCE COMPANY OF AMERICA SAF1 OF ATTORNEY HOME OFFICE:SAFECO PLAZA OF AMERICA SEATTLE.WASHINGTON 98185 No. 7498 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appant .�s�r*arsssssss♦sssssas*ss""JOHN A.MILLER;SHERYL A.KLIUTTS;JOHN A.MILLER,Il;ICR.HARVEY;Fort Worth,Texas•aas�sss*s**sss*+�****sstsssss****,**r its true and lawful attomey(srin fact, with full aulhorfty to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the c ourue of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st day Of April 1999 k� �& . ' R.A,PIERSON,SECRETARY W.RANDALL STODDARD,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL.INSURANCE COMPANY OF AMERICA: 'Arlide V, Section 13. - FIDELITY AND SURETY BONDS ... the President,any Vice President, the Secretary, and any Assistant Vice President appointed for That purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as altomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business....On any instrument matting or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28.1970- 'On 8.1$70.'On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and {ii) A copy of the power-of-attorney appointment,executed pursuant thereto,and (tit) Certifying that said power-of-attomay appointment is in foil force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." t,R.A.Pierson,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Atiomey Issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Atlomey are soil In full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 7 day of IE C Goc �IrEy� Yye�'�� , � empow SEAL ac SEAL 195 j�, razz of� "alp( p�V� R.A.PIERSON,SECRETARY 5-09741SAEF 7135 0 Registered trademark of SAFECO CorporarYan. 4121!99 PDF ACORD CERTIFICATE OF LIABILITY INSURANCE DATE 109 005 ` r`RODUCER Serial# THIS CERTIFICATE #S ISSUED AS A MATTER OF INFORMATION JOHN A.MILLER&ASSOCIATES.INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.BOX 7214 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. FORT WORTH,TX 76111-0244 PHONE: (817)834-7111 FAX: 1817]834-7115 INSURERS AFFORDING COVERAGE NAIC# WiSURED INSURER A: ST. PAUL FIRE&MARINE INS.CO. 24767 WILLIAM J.SCHULIZ,INC.DBA INSURER B: ST. PAUL MERCURY INSURANCE CO. 24791 CIRCLE"C" CONSTRUCTION COMPANY, ET AL INSURER c: NATIONAL UNION FIRE INS.CO. 19445 P.O. BOX 44328 FORT WORTH,TX 76'140 INSURER D: INSURER E: .. ;OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANOING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN},THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, iNSR A001 POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMID DATE(MMIDDIYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,400 X COMMERCIAL GENERAL LIABILITY PR�MAGESCSERaEIUTEDn S 300,000 CLAIMS MAGE O OCCUR MED EXP (Any one erson) S 10,000 A X X $5,000 P.D. DED. KC09100200 0$112104 08/12105 PERSONAL&ADV INJURY s 1,000,000 X I CONTRACTUAL,XCU GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER! PRODUCTS-COMPIOP AGG S 2,000,000 POLICYERK 22221LOC liL_ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea amsent) ; 1,000,000 ALL OWNED AUTOS BODILY INJURY 8 a XSCHEDULED AUTOS KV09100149 08/12104 08/12105 (Per pe—) �XHIREDAUTOS BODILY INJURY S 71 NON-OWNED AUTOS (Peraccldent) PR (PerscddenlOPERTY AMAGE 3 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 2,000,000 X C X OCCUR CLAIMS MADE BE 291 13 00 08/12/04 48/12/05 AGGREGATE S 2,000,000 5 DEDUCTIBLE y RETENTION S 10,000 yyyy�� u WORKER'S COMPENSAT#OH AND X TbR MfIS irR EMPLOYERS'LIAB1L$Tr WVS9100219 08112/04 08112105 A ANY PRO PRIETORIPARTNERIEXECUTNE EL EACH ACCIDENT b 1,000,000 OFF iCERiMEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE 5 1,000,000 II describe under SP- IAL PROVISIONSbelow NO EL DISEASE-POLICY LIMIT S 1,000,000 OTHER 0 >ESCRIPTION OF OPERATCONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY EFIDORSEMEHTISPECIAL PROVISIONS 1P,RO ECT: LAKE WORTH SOUTH SHORE LOW PRESSURE SEWER SYSTEM-WATER DEPARTMENT PROJECT NO,P171-070171131150 r4FrREOUIRED IN A WRITTEN CONTRACT, THE CITY OF FORT WORTH, IT'S OFFICERS, EMPLOYEES AND SERVANTS ARE INCLUDED AS ADDITIONAL NSUREDS ON ALL POLICIES(EXCEPT WORKER'S COMPENSATION),THE POLICIES APPLY ON A PRIMARY BASIS IN RELATION TO THE CITY OF FORT 'VORTH'S OWN SELF-FUNDED OR COMMERCIAL COVERAGES,WHICH WILL BE NON-CONTRIBUTING,AND A WAIVER OF SUBROGATION IN FAVOR OF I THE CITY OF FORT WORTH IS INCLUDED ON THE WORKER'S COMPENSATION POLICY. L "EXCEPT 10 DAYS WRITTEN NOTICE IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM ;ERTIrICATE HOLDER CANCELLATION SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE U(PIRATION DATC THEREOF.THE ISSUING IN WILL ENDEAVOR TO MAIL 30*; DAYS WRITTEN CITY OF FORT WORTH NOTICE TO THE CER TE HOLDER NAMjb TO THE LEFT,BUT FAILURE TO 00 SO SHALL 1000 THROCKMORTON STREET FORT WORTH,TX 76102 IMPOSE NO OBLI TION OR LIABILITY OF ANY KIND UPON THE INSURER.ITS AGENTS OR REPRESENTATIV AUTHORISED REPREINN&LTIWE 2D 25(2404!08) ACORfl CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu Of such endorsements). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement can this certificate does not confer rights to the certificate holder in lieu of such endorsements). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 I 1 ACORD 25(2001108) CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW r Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project Numbers P171-070171131150: William J.Schultz, Inc.,dba Circle"C"Construction Company CONTRACTOR By. �- William .Schult President Title Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared William J. Schultz, known to me to be the person whose name is subscribed to the foregoing instrument, �. and acknowledged to me that he executed the same as the act and deed of President of William I Schultz, Inc., dba Circle "C" Construction Company for the purposes and consideration therein expressed and in the capacity therein stated. r� GIVEN UNDER MY HAND AND SEAL OF OFFIC is 9th day of June, 2005. xea,��J Notary Public A and for t State of Texas ku"tSHERYL A.KLU-rTS + a Notary public �. STATE Of-TEXAS 'ity Comm E p,0417112006 ppp pp r PM Fm Fm op op PART G CONTRACT PM 74 r r CITY SECRETARY CONTRACT NO. SPECIAL CONTRACT DOCUMENTS FOR LAKE WORTH SOUTH SHORE LOW PRESSURE SEWER SYSTEM WATER DEPARTMENT PROJECT NO. P171-070171131150 CHARLES BOSWELL CITY MANAGER S. FRANK CRUMB, P.E. INTERIM DIRECTOR WATER DEPARTMENT A. DOUGLAS RADEMAKER. P.E. S. FRANK CRUMB, P.E. DIRECTOR ENGINEERING MANAGER DEPARTMENT OF ENGINEERING WATER DEPARTMENT e ot,E OF rp -_yl i r•, . *1 r�r:.......................... yy 4 N A JEFFREY E. CAFFEY . i ORL1 p-. 81898 PART G - CONTRACT THE STATE OF TEXAS § COUNTY OF TARRANT § r THIS CONTRACT, made and entered into U _ day of , 2005 by and between the City of Fort Worth, a home-rule municipal corporation located in farrant County, Texas, r' acting through its City Manager thereto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and William. Schultz, Inc., dba Circle "C" Construction Company of the City of Fort Worth, County of Tarrant and State of Texas, Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH: That for and in consideration of payments and agreements hereinafter mentioned to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to cornmence and complete certain improvements described as follows:. Lake: Worth South Shore Low Pressure Sewer System Water Project No.P171-070171131150 And all extra work connected therewith, under the terms as stated in the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to compete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contractor Documents and General Specifications, all of which are made a part hereof and collectively and constitute the entire contract. The Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to substantially complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account M thereof as provided therein. G-1 FW pa IN WITNESS WHEREOF, the Parties of these presents have executed this Contract in 3 counterparts in the year and day fust above written. CITY OF FORT WORTH,TEXAS (Owner} ATTEST: r Party of the First P Sy: Martha►Hendri City Secretary arc tt, Ass'stant Cit ager ` ( SEAL) CONTRACTOR: William J. Schultz,Inc.,dba Circle"C" Construction Company P. Q. Box 40328 contzact Author1 t o ^ � Fort Worth,TX 76140 1 4 Aute By: IZ - "' Willi J.Schult Title: President WITNESS. r APROVED FOR THE FORT WORTH CITY WATER DEPARTMENT: 6UA ., S. Frank Crumb, PE, Interim Water Director APPR EDA O AND LEgALITY: tetnb rge , Ass t City t rney G-2 i City of Fort 'North, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 511712005 DATE: Tuesday, May 17, 2005 LOO NAME: 60CIRCLE C REFERENCE NO.: C-20746 SUBJECT: Authorize Execution of Contract with William J, Schultz, Inc., d/b/a Circle C Construction Company for the Construction of the Lake Worth South Shore Low Pressure Sewer System RECQMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with William J. Schultz, Inc,, d/b/a Circle C Construction Company for the construction of the Lake Worth South Shore Low Pressure Sewer System in the amount of$1,269,925. DISCUSSION: The design of this low pressure sewer consists of 28,650 linear feet of two inch and three inch HDPE sewer pipe in four separate areas plus grinder pumps at each lot to provide the required pumping capacity. This contract provides only for the sewer line installation. The grinder pump installation will be covered under a separate contract. The project will provide the sewer main necessary to service 133 lots along the south shore of Lake Worth. The four project areas include 8616 Heron Drive to 8126 Heron Drive, 8200 Shoreview to 1349 Bomber Road, 9604 Heron Drive to 9840 Goodnight Circle and 2416 to 2472 Indian Cove Circle. The project also includes 33;506 linear feet of a single layer of seal coating and new street buttons for the streets in this project area and the 8600 to 9600 blocks of Heron Drive. The project was advertised for bid in the Commercial Recorder on February 23 and March 3, 2005. On March 24, 2605, the following bids were received: BIDDERS AMQUNT COMPLETION William J_ Schultz, Inc., dba Circle C Construction Company $1,269,925.64 210 Calendar Days Hall Albert Construction Company $1,273,689.5() PATCC Utilities, Irc. $1,515,062.50 Holloman Corporation $1,551,856.29 In addition to the contract amount, $38,666 is included for possible change orders and contingencies, $5,886 for Water Department staff support, and $117,714 for Department of Engineering construction services. Wijliiarn .7. Schultz, Inc., d/b/a Circle C Construction Company is in compliance with the City's MIWBE Ordinance by committing to 16% MIWBE participation and documenting good faith effort. William J. Schultz, Inc., d/b/a Circle C Construction Company identified several subcontracting and supplier Logname: 60CIRCLE C Page l oft opportunities. However, the MIWBE firms contacted in the areas identified did not submit the lowest bids_ The City's goal on this project is 24 %. This project is located in COUNCIL DISTRICT 7. FISCAL I NFORMAT-HOWCEIRTIR CATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Sewer Capita! Project Fund. TO Fund/Account/Ce er FMMand/Account/Centers P274 541200 7075600231 U3 $1.269.925.04 Submitted for City Manager's Office bv: Marc Ott (8476) Originating Department Head: S. Frank Crumb (Acting) (8207) Additional Information Contact. S. Frank. Crumb (Acting) (8207) Logname: 60CIRCLE C Page 2 of 2 APPENDIX A STORM WATER POLLUTION PREVENTION PLAN CITY OF FORT WORTH LAKE WORTH SOUTH SHORE LOW PRESSURE SEWER SYSTEM STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION AC'TIVIT'Y Project Number P171-074171131150 i TABLE OF CONTENTS Page 1.0 SITE DESCRIPTION................................................................................................ 1 1.1 Project Name and Location............................................................................... 1 1.2 Owner(Operator) Name and Address ............................................,................. l 1.3 Contractor (Operator)Name and Address ....................................................... I 1.4 Notice of Intent.......................-........................................................................ 1 1.5 Operator Compliance Certification and Authorized Signatory......................... 2 r 1.6 Certification Sheets........................................................................................... 2 1.7 Project Description ................................ 2 1.8 Name of Receiving Waters............................................................................... 3 1.9 Sequence of Construction Activities................................................................. 3 1.10 Estimate of Total Construction Site Area and Disturbed Area......................... 4 1.11 Estimate of Runoff'Coefficient......................................................................... 4 1.12 Soil Types............................................................. ........................................... 4 1.13 Endangered and Threatened Species................................................................. 4 1.14 Notice of Termination........................................... ............................... 5 1.15 TCEQ Permit Requirements...,......................................................................... 5 2.0 MEASURES AND CONTROLS .............................................................................. 5 2.1 Performance Standards...........................................,......................................... 5 2.2 Erosion and Sediment Controls........................................................................ 6 2.3 Waste Disposal ................................................................................................. 6 2.4 Hazardous Waste 6 2.5 Sanitary Waste.................................................................................................. 6 2.6 Off-Site Vehicle Tracking................................................................................. 6 2.7 Mai ntenancellnspection Procedures ................................................................. 6 2.8 Good Housekeeping...................................................................................... 2.9 Hazardous Products.......................................................................................... 8 2.10 Petroleum Products.... •............................................. -----------•........................... 8 2.11 Paints and Sealers............................................................................................. 8 2.12 Concrete Trucks................................................................................................ 9 2.13 Spill Control Practices...................................................................................... 9 3.0 NON-STORM WATER DISCHARGES .................................................................. 9 4.0 PROCEDURAL. REQUIREMENTS..................................................................:::.... - =L.:!, F.lprojecisl3 i 81324015pecs\[.PSISWPPPIswppp TOC.doc -1- i TABLE OF CONTENTS (continued) Attachment 1 Site.Map Attachment 2 Notice Of Intent Attachment 3 Permit Coverage Notice (To Be Incorporated When Received From TCEQ) Attachment 4 Operator Compliance Certification Attachment 5 Certification Sheets Attachment 6 Topographic Map Attachment 7 Erosion Control Measures Attachment 8 Erosion Control Plan Sheets Attachment 9 Construction Entrance Attachment 10 Type 2 Active Construction Erosion And Sediment Control Attachment 11 Soil Types Attachment 12 Endangered And Threatened Species Attachment 13 Notice Of Termination Attachment 14 TCEQ General Permit Number TXR 150000 Relating To Discharges From Construction Activities Attachment 15 Inspection Report Sheet Attachment 16 Record Of Revisions �r Attachment 17 Non-Storm Water Discharge Inspection Report FAproieels1318t3200\SpeeslLPSiSWPPF�swppp_ OC,doe -�- Oft CITY OF FORT WORTH LAKE WORTH SOUTH SHORE GRAVITY SEWER SYSTEM R STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION ACTIVITY Project Number P171-070171131150 I 1.0 SITE DESCRIPTION 1.1 Project Name and Location Lake Worth South Shore Gravity Sewer System Project. A site map of the Lake Worth South Shore Gravity Sewer System Extension project is provided in Attachment 1. The map shows the location of Heron Drive and Castle Circle,as well as the sewer route. Kieron Drive and Castle Circle are located along the south shore of Lake Worth, northwest of the City of Fort Worth. The project is located at a latitude of 32N 47' 30" and a longitude of 97W 26' 30". 1.2 Owner (Operator) Name and Address Name_ City of Fort Worth Address: 1000 Throckmorton r� Fort Worth, Texas 75102 Representative: Mr. Paul Bounds, P.E. Title: Project Manager Telephone: 817-392-5567 Fax: 817-392-6828 1.3 Contractor(Operator)Name and Address Name: i Address: Representative: Title: Telephone: Fax: 1.4 Notice of Intent All parties defined as owners or operators must submit a Notice of Intent (N01) at least 48 hours prior to commencement of on site construction activities. S ubrr:titta!of * late NOI's is not prohibited, however, authorization under the construction general permit is only for discharges that occur after permit coverage is granted. Unpennicted discharges may be subject to enforcement actions by the TCEQ. For the r FFAprojecO313\320MS5 cslSWPPPlswppp doc -1- 1 purposes of this permit, an operator is defined as any party meeting either of the following requirements; a. The party has operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications. a b. The party has day-to-day operational control of those activities at a project which are necessary to ensure compliance with a storm water pollution prevention plan for the site or other permit conditions. Copies of all NOl's associated with this construction project are included in Attachment 2 of this SWPPP. Also, included is the form the TCEQ requires to be posted on the job site. When the Permit Coverage Notice is received, insert a copy of the notice into Attachment 3 of this Plan. 1.5 Operator Compliance Certification and Authorized Signatory � This SWPPP must be compliance certified by the appropriate authorized representative of the City of Fort Worth on the Operator Compliance Certification `* sheet and Authorized Signatory sheet located in Attachment 4. 1.6 Certification Sheets All contractors,subcontractors and operators engaged in activities under this SWPPP that disturb surface soil must be identified and must sign a certification statement located in Attachment 5. 1.7 Project Description The project site is a residential area located along the south shore of Lake Worth. The project provides approximately 11,800 linear feet of 8-inch, 10-inch and 12-inch low pressure sewer lines to serve the residents along.Heron Drive and Castle Circle, as well as future development west of the lake. The project begins near 9600 Heron Drvie and southeast to 8616 Heron Drive. The terrain varies considerably. Some low-lying areas have a gradual fall-off to the lakeshore. Other areas have a steep dropoff to lower grades. The total drainage area of the overall project is approximately 4.3 acres. Most of the runoff on the lakeside ofthe Heron Drive flows by sheet flow toward the lake. Runoff on the opposite side of the road, runs in ditches to creek and drainage ditches with culverts that direct runoff under the roadway. A topographic map of the area has been provided as Attachment 6. Although great care has been taken to avoid tree lines, work will require clearing of trees and brush from the right-of-way in some locations. FFA projcdsOI902t}015 sEPS\S'WPPPlswppp.doe -2- "'�I The hilly terrain and close proximity to Lake Worth make good storm water management practices essential. Silt fencing materials, hay bales, and all other erosion control products will be available on-site prior to beginning work. In addition to rising erosion controls,the contractor will,to the extent possible without violating conditions of the contract documents, use work practices described in this Plan to minimize the introduction of sediment into Lake Worth. 1.8 Name of Receiving Waters The project area drains to Lake Worth, which is owned by the City of Fort Worth. 1.9 Sequence of Construction Activities It is desired that the Contractor apply generally accepted erosion control, sediment loss prevention, and waste management practices as described in the North Central Texas Council of Governments'Storer Water Quality Best Management Practices F for Construction Activities. At a minimum,the Contractor will use a combination of silt fences and straw bale dikes to control sediment loss and geotextile mats for erosion control (See Attachment 7). a. Place sediment control structures at downstream inlets to the lake including all culverts under the roadway prior to beginning the clearing of trees and other vegetation from the portion of the project in inlet's drainage area. The erosion control plan sheets are provided in Attachment 8. b. Provide a silt fence around all areas used to store fill materials. c_ Provide a stabilized construction entrance (See Attachment 9) for any equipment staging areas_ d. The Contractor shall provide one of the following sediment control methods along the area of active construction. This flexibility is needed because of the highly variable topography and the variability of the water line location relative to Cahoba Drive and the Cahoba Drive drainage ditch. 1} Line trench is in roadway. For safety, place the excavated earth on the side of the road away from the open lane of traffic. If the excavated earth { is on the lakeside of the road,place a temporary silt fence along the pile of earth. If the excavated earth is on the opposite side of the roadway from the lake, the Contractor should place silt fence at the ends of the work area across the route of drainage flow. Depending on the gradient of the road,diversion of sheet flow down the length of road may also be N" needed. S FF'kprojcc1A31813200Ispces\LPSIS WPPPIswppp•doc -3- Z} Line trench is on opposite side of roadway from lake. In this case, the Contractor should place excavated material upstream of the trench and allow run off to flow into the trench. Place silt fences at the ends of the work area across the route of drainage flow. The Contractor should place straw bale diversion dikes on the uphill side of the excavated material perpendicular to the excavated material to direct stormwater flowing along the uphill side of the excavated material into stabilized areas. The diversion dikes shall be located every 100 feet,unless the slope along the trench requires closer locations per the Structural Control Specifications/Details in Attachment 7. If the drainage ditch is disturbed, straw bail diversion dikes shall be used to reduce flow velocities in the drainage ditch. 3) Line crosses road. In this case, the Contractor should place excavated material at a location that wil I allow runoff to be intercepted by the trench rather than by the excavated material. Additional sediment protection may also be required between the excavated material and the lake. •, 4) Line trench is on lakeside of roadway. If possible, place the excavated material upstream of the trench and allow runoff to flow into trench. Place silt fence at ends of active area across route of drainage flow. If excavated material is on downstream side of trench,place a temporary silt fence along the pile of earth. C. The disturbed areas shall be covered with permanent stabilizing material within 14 calendar days of closing the trench. Trenches in pavement shall have temporary or permanent pavement repair. Disturbed areas along trenches shall be covered with a geotextile. (Ince the permanent stabilizing material is in place, the active construction erosion control devices shall be removed. If the drainage ditch arca is disturbed by construction, temporary erosion control measures shall be used in the drainage ditch to prevent _ erosion until geotextile is installed. Hay bale dikes located uphill of the excavated materials may be removed following removal of the excavated materials and prior to placement of the geotextile. f. Water newly seeded areas with an amount of water and at a frequency needed to establish ground cover. Do not remove sediment controls structures at �. inlets until ground cover has been reestablished. g. Inspect sediment and erosion controls after each rainfall and modify controls as needed to correct deficiencies. _ Ff:VrojedA3I8l320Mpecs\LPS\SWPPP\sw pp.doc 4- 1.14 Estimate of Total Construction Site Area and Disturbed Area The area of land in the Lake Worth Low Pressure Sewer project right-of-way is approximately 32.2 acres. The area of land prviected to be disturbed by the project is approximately 6.4 acres. 11,11 Estimate of Runoff Coefficient 1• The runoff coefficients for the project are expected to vary from 0.2—0.3 for the wooded areas and grassy areas and shall range from.0.85 to 1,0 along the asphalt pavement, completion of this project is not expected to alter the above runoff coefficients. r„ 1.12 Soil Types Refer to Attachment 11 for information on soil types along the project route. 1.13 Endangered and Threatened Species A site evaluation was conducted for any g p endangered or threatened species that may be impacted by the project. Based on the on-site observations, no impacts to Federally or State listed species, proposed species, candidate species,or designated and proposed critical habitat are anticipated for the proposed project. N With respect to wetlands and other important fish and wildlife habitat, the proposed project will not significantly impact these resources. A cover letter for a r report describing the site evaluation is provided in Attachment 12. 1.1.4 Notice of Termination Compliance of the site with the General Construction Permit remains the responsibility of all operators that have submitted an NQI until such time as they have submitted a Notice of Termination (NOT). The permittee's authorization to discharge under the General Construction Permit terminates at midnight of the day the NOT is signed. F All permittees must submit an NOT within thirty (30) days after one or more of the following conditions have been met: ■ Final stabilization has been achieved on all portions of the site for which the permittee was responsible. ■ Another operator/permittee has assumed control over all areas of the site that have not been finally stabilized. In residential construction operations, temporary stabilization has been A completed and the residence has been transferred to the home owner. A copy of the NOT associated with this construction operation is included in Attachment 13. FFlprojeos131$132MSp c0SW PPMswppp due -5- 1.15 TCEQ Permit Requirements A copy of the TCEQ General Permit Number 1500000 Relating to Discharges from Constniction Activities is provided in Attachment 14. 2.0 MEASURES AND CONTROLS 2.1 Performance Standards In keeping in compliance with Part IV.D.2.a of the TCEQ`s General Construction Permit the following short and long term goals and criteria need to be applied. It is TCEQ's intent that erosion and sediment controls should be designed to retain sediment on site to the extent practicable. All control measures must be properly selected, installed,and maintained in i accordance with the manufacturer's specifications and good engineering practices. If periodic inspections or other information indicates a control has been used inappropriately, or incorrectly,the permittee must replace or modify the control for site conditions. If sediment escapes the construction site, off-site accumulations of sediment must be removed at a frequency sufficient to minimize off-site impacts(e.g., Fugitive sediment in street could be washed into storm sewers by the next rain and/or pose a safety hazard to users of public streets). 2.2 Erosion and Sediment Controls Erosion and sediment controls shall be provided as described in Part 1.7 of this plan, however it may be modified as necessary depending on the variability of the ., project. 2.3 Waste Disposal •� All trash and construction debris from the site will be hauled to the appropriate landfill. No construction waste material will be buried on-site. milk 2.4 Hazardous Waste All hazardous waste materials that result from spills will be disposed of in accordance with the requirements of the Texas Natural Resource Conservation Commission (TNRCC), and other regulatory agencies. Site personnel will be " instructed in hazardous waste handling practices. The City of Fort Worth will be responsible for seeing that the hazardous waste disposal criteria are followed, FFAprojects0181320015 pwsll.PStS WPPPlswppp.doe —6— I 2.5 Sanitary Waste r Sanitary waste will be collected from portable units as necessary whenever the units are needed on the construction projects. To 2.6 Off-Site Vehicle Tracking: Normally, off-site vehicle tracking of sediments is not a problem at the site. However, as mentioned, a stabilized construction entrance should be provided, if needed,to help reduce vehicle tracking of sediments on paved roadways. Attachment !• 8 shows a typical stabilized construction entrance. Paved Streets can be swept whenever it is necessary to remove excess mud,dirt, or rock tracked from the site. 2.7 Maintenance,1nspection Procedures A SWPPP Inspection Report (Attachment 15) shall be completed after each inspection event. The following maintenance/inspection procedures will be observed; a, Control measures will be inspected at least once following any rainfall event of 0.5 inches or greater. b. Control measurers will be maintained in good working order. If a repair is necessary,it will be initiated within 24 hours of the discovery of the problem. C. All controls should be inspected at least once every fourteen (14) calendar days (every day for sandbag berms). It is also recommended that "walk throughs"be conducted prior to storm events. d. Silt fence will be inspected for depth of sediment,tears,to see if the fabric is �. securely attached to the posts, and to see that the posts are firmly in the ground. r- C. Built up sediment will be removed from silt fence when it has reached one- third the height of the fence. ro f. Diversion dikes will be inspected and any breaches promptly repaired. g. Seeded areas will be inspected to confirm that a healthy stand of vegetation is " maintained. The site ,has achieved final stabilization once all areas are covered with pavement,or have a stand of vegetation with at least 70%ofthe background vegetation density. The density of 70% or greater must be maintained to be considered as stabilized.The operator or their representative will water,fertilize and reseed disturbed areas as needed to achieve this goal. FF:Vrajcc%3I8U20MSpecslLPs45 WPPftwppp.dca -7- 81 h, In the event that sediment escapes the construction site, off-site accumulations of sediment must be removed at a frequency sufficient to minimize adverse impacts. An example of this may be the situation where sediment has washed into the street and could be carried into the storm sewers by the next rainfall and/or pose a safety hazard to users of public streets. i. A written maintenance inspection report will be made after each inspection, by a designated and qualified person familiar with the US TCEQ NPDES Storm Water General Permit, this SWPPP, and the Project. City of Fort Worth personnel,contractors and subcontractors will conduct the inspections and write up the findings. Inspection reports are not required for "walk throughs" in anticipation of storm events. The report will document needed maintenance of control measures and actions taken. It is recommended that photographs be included in the report. j. Specific individuals will be responsible for inspections, maintenance and repair activities,and filling out the inspection and maintenance report. k. Personnel selected for inspection and maintenance responsibilities will receive training. They will be trained in the inspection and maintenance practices necessary for keeping the erosion and sediment controls in good working order. 1. Based on inspection results,any necessary modification to this SWPPP shall be implemented within seven (7) calendar days of the inspection. A modification is necessary if a control measure or operational procedure does not provide adequate pollutant control.All revisions shall be recorded on the Record of Revisions (included in Attachment 1 b) within 7 calendar days of the inspection. Revisions must be shown on the job site copy. M. It is the responsibility of the operator to maintain effective pollutant discharge controls.Physical site conditions or contractor/subcontractor practices could make it necessary to install more controls than were originally planned_For *. example, localized concentrations of surface runoff or unusually steep areas could require additional silt barrier,or other structural controls.Assessing the need for, and installing additional controls will be a continuing contractor/subcontractor responsibility until final stabilization is achieved. Contractors and subcontractors implementing this SWPPP must remain alert to the need to periodically refine and update this SWPPP in order to accomplish the intended goals. FFAprojectsO I M320MspesslLMSwPPPlswppp.doe y P� 2.8 Good Housekeeping PO The following good housekeeping practices will be followed on-site during the construction project. a. An effort will be made to store only enough material required to do the job. b. All materials stored on-site will be stored in a neat, orderly manner in their appropriate containers and,covered, if possible. low C. Products will be kept in their original containers with the original manufacturer's label. d. Substances will not be mixed with one another unless recommended by the manufacturer. e. Whenever passible, all of a product will be used up before disposing of the container. f. Manufacturer's recommendations for proper use and disposal will be followed. g. The Contractor will inspect daily to ensure proper use and disposal of materials. 2.9 Hazardous Products The following practices will be used to reduce the risks associated with hazardous materials. �. a. Products will be kept in original containers unless they are not resealable. D b. Original labels and material safety data will be retained; they contain important product information. C. If disposal of surplus product is required, manufacturers or local and State s recommended methods for proper disposal will be followed. 2.10 Petroleum Products r All on-site vehicles will he monitored for leaks and will receive regular preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers, which are clearly labeled. 4 FFAprojectsO i K3200\Sp \LPMWPPPIswppp,doc -9- 2.11 Paints and Sealers In instances where paints and sealers are needed,all containers will be tightly scaled and stored when not required for use. Excess paint will not be discharged to the storm sewer system but will be properly disposed of according to the manufacturer's instructions and state and local regulations. 2.12 Concrete Trucks Contractor shall provide a location for concrete trucks to wash out or discharge surplus concrete or drum wash water on the site. The concrete wash out location shall be enclosed with silt fence and shall have a slight depression to catch the concrete. When concrete has set, the waste concrete shall be disposed in an appropriate landfill. 2.13 Spill Control Practices In addition to the good housekeeping and material management practices discussed in the previous sections of this plan,the following practices will be followed for spill cleanup: a. Manufacturers'recommended methods for spill cleanup will be clearly posted at the site and site personnel will be made aware of the procedures and the location of the information and cleanup supplies. b. Materials and equipment necessary for spill cleanup will be kept can-site. Equipment and materials will include brooms,dustpans,mops,rags,gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for this purpose. C. Spills will be cleaned up immediately after discovery. d. The spill area will be kept well ventilated and personnel will wear appropriate protective clothing to prevent injury from contact with a hazardous substance. C. Spills of toxic or hazardous material will be reported to the appropriate State or local government agency. f. Once a spill has occurred,measures will be taken to prevent this type of spill from recurring. A description of the spill, what caused it, and the cleanup measures will also be included in the inspection report. i F F\ptoj eaW IRU2GD%pm\LPSISWPPPIrwppp,doc To Fn g_ The City of Fort Worth's site supervisors are responsible for the day-to-day site operations and will be the spill prevention and cleanup coordinators. low They will designate other site personnel who will receive spill prevention and cleanup training. 2.14 Dust Control PM During construction,water trucks should be used, as needed, by each contractor or subcontractor to reduce dust. Water shall be used to minimize dust when trenching through rock. r 3.0 NUN-STORM WATER DISCHARGES The following non-storm water discharges are allowed as documented in this SWPPP: ■ Discharges from fire fighting activities ,. Vehicle washwater if detergents are not used ■ Dust control runoff in accordance with permit conditions ■ Potable water sources including water line flushings ,. Uncontaminated ground water resulting from dewatering activities ■ Pavement wash waters where spills or leaks of toxic or hazardous materials have not occurred(unless all spilled material has been removed)and where detergents are not �• used r ■ Air conditioning condensate ■ Spring water ■ Uncontaminated ground water A copy of the Non-Storm Water Discharge Inspection Deport is available in Attachment 17- 4.0 PROCEDURAL, REQUIREMENTS During construction, the City of Fort Worth, contractors and subcontractors must comply with the following requirements of the TCEQ NPDES Storm Water General Permit: PW ■ This SWPPP must be compliance certified for the Project prior to submission of the Notice of Intent(NOI). to ■ The NOI(TCEQ Form 3510-9(8198))must be completed,signed and postmarked at least 2 days or 48 hours prior to beginning of the Project construction. Each entity meeting either of the two criteria for an operator must submit an N01 to the TCEQ,Storm Water Notice of Intent(4203),401 M Street,SW,Washington,DC 20460.The NOI should be mailed either certified or registered mail with return receipt requested. ■ A notice describing the construction activity and SWPPP must be conspicuously posted near the main entrance of the site. If displaying the notice near the main entrance is infeasible, the notice can be posted in a local public building such as the town hall or FFAprojectO W320MSpeesU.MSWPPRswppp.doe -11- public library.The pen-nit notice must include the project's permit number,the name and phone number of a Iocal contact, a brief project description, and the location of the SWPPP if not kept on site.The TCEQ encourages that the general public have access to the SWPPP at reasonable hours. ■ The operator is required to keep a signed copy of this SWPPP and supporting documents. In maintaining plans,all records and supporting documents should be compiled together in an orderly fashion.Federal regulations require permittee(s)to keep the S WPPP and all 4 reports and documents for at least three years after the project is complete.This provision ensures that all records are available in the event the documents need to be reviewed. A ■ The City of Fort Worth,and/or their designated representatives will conduct inspections of the project as described previously to assure compliance with this SWPPP. Based on inspection results, this SWPPP and BMPs may require modification by the contractors 09 and/or subcontractors, to assure the quality of storm water or the identified non-stonn water discharges,is leaving the site in compliance with the TCEQ NPDES Storm Water General Permit.Refer to the TCEQ NPDES Storm Water General.Permit,Part 1V A,for ... specific inspection requirements. All modifications must be implemented within 7 calendar days after the inspection,if practicable. Modifications specific to construction projects must be approved by the City of Fort Worth prior to implementation by the contractor and/or subcontractor as required under the TCEQ NPDES Storm Water General Permit. This SWPPP may be amended at any time if it is found to inadequately address conditions of the TCEQ NPDES Storm Water General Permit or any amendments to the permit. This SWPPP must be updated within 7 calendar days from the date of inspection each time there are significant modifications to construction activities, contractors/ subcontractors, or pollutant control practices. The Record of Revision is located in Attachment 16. • Discharge of hazardous substances or oil into storm water is subject to reporting requirements. In the event of a spill of hazardous substance,the operator is required to notify the National Response Center(t-800-424-8802) to properly report the spi ll. In addition,the operator shall submit a written description of the release(including the type and amount of material released,the date of the release,the circumstances of the release, and the steps to be taken to prevent future spills)to the TCEQ regional office in Dallas. .. The SWPPP must be revised within 14 calendar days after the release to reflect the release, stating the information above along with modifications to minimize the possibility of future occurrences. Each contractor and subcontractor is responsible for .� complying with these reporting requirements. • Upon completion of the construction activities and final stabilization of the site, the operator and/or contractor must complete and submit a Notice of Termination(NGT)to the TCEQ,Storm Water Notice of Termination(4203),401 M Street,SW,Washington, VFAprojeclsU 19\320t)Specs\LPS15 WPPMwppp.doc -12- DC 20460 upon final stabilization of the construction site. A copy of the NOT (Form r 3510-7) is included in Attachment 13. ■ A copy of the General Construction Permit is included in Attachment 14. Questions regarding the US TCEQ NPDES program and this permit can be directed to the TCEQ Region V 1 at 1-800-245-6514 or the Notice of Intent Processing Center(703)931-3230. I r This SWPPP along with supporting documentation must be retained for a period of three (3) years after the completion of the Project. It is recommended that each of the operator(s) maintain a copy of the SWPPP for the three-year period. ■ The SWPPP is not submitted to the TCEQ unless the Director specifically requests a copy for review. However, when the Director requests the SWPPP, the permittee(s) should submit it in a timely manner. In addition, when requested, permittee(s) should also submit the SWPPP to state or local sediment and erosion or storm water management agencies, or to a municipal operator, where the site discharges through a TCEQ NPDES storm water permitted municipal separate storm sewer system. so I I P1 r r r r r r. rF;lprpjeets1 lW200%pecs1LMSWPP?vswppp-doc —13— r r r r r r r r ATTACHMENT 1 SITE MAP r r r r r r r ATTACHMENT Z NOTICE OF INTENT 4 Notice of Intent (NQI) for Storm Water TCEQ Office Use Only Discharges Associated with Construction � TPOES Permit Number:T7CR15 �—.r.���k Activity under the TPOES General Permit GIN Number: Fee Receipt No. TCEQ IMPORTANT- -Use the attached INSTRUCTIONS when completing this form. -After completing this farm,use the attached CUSTOMER CHECKLIST to make certain all items are complete and accurate. ,Missing,illegible,or inaccurate items may delay final acknowledgment or coverage under the general permit. Application Fee:You must submit the S 100 NOI Application Fee to TCEQ under separate cover(see instructions)using the attached Application Fee submittal'form.(DO NOT SEND A COPY OF THE NO[WITH THE APPLICATION FEE SUBMITTAL FORM) Tell us how you paid for this fee: Check/Money Order No.: Name Printed on Check: rA. OPERATOR 1, TCEQ Issued Customer Number(CN)(if available): r2. Legal Narne(spelled exactly as Fled with the Texas Secretary of Slate,County,or legal document that was used in forming the entity) 3. Mailing Address: Suite No./Bldg.No.: VP - City: State: ZIP Code: 4. Phone No.. ( ) - Extension: 014 5, FAX No, E-mail Address: 6. Type of Operator: 0 Individual ❑Sole Proprietorship-D.B.A. ❑Partnership 0 Corporation 0 Federal Government El State Government 0 County Government ❑City Government ❑Other; 7_ Independent Operator: ©Yes 0 No (If governmental entity or a subsidiary or part of a larger corporation,check"NO") $. Number of Employees: 110-20- d:f-100: D 101-254; Q 25l-500;or C] 5011or higher 9. Business Tax and Filing Numbers(nor applicable is Individuals, Government, General Partnerships,and Safe Propriervrship-D.B.A): State Franchise Tax ID Number: Federal Tax ID: i T{SOS Charter(filing)Number: BUNS Number: (Ifknown) B. BILLING ADDRESS (The Operator is responsible for paying the annual fee.) Same As Operator(check ifaddress is the same,then proceed with Section C.) I. Bi[ling Mailing Address: Suite No.B1dg.No.: ode_rCity: State: ZIP Code-- r 2. Billing Contact(Atin or C/O); 3. Country Mailing Information(if outside USA)Territory: Country Code: Postal Code-- 4. ode'4. Phone No.: [ ) - Extension: 5, FAX No. E-mail Address: r TCEQ-20D22(0711212004) pagc I ora r I C. APPLICATION CONTACT(IfTCEQ needs additional inronnalion regarding this application,who should be contacted? 1. Name: Title: Company: 2. Phone No.: [ ) - Extension: I 3, FAX No. E-mail Address. D_ REGULATED ENTITY(RE)INFORMATION ON PROJECT OR SITE � I, TCEQ issued RE Reference Number(RN)(if available): 2. Name of Project or Site: 3. Physical Address or Project or Site. (enter in spaces below) Street Number: Street Name: '•I City(nearest to the site): ZM Code(nearest to the site): County(Counties if>l): 4. If no physical address(Street Number&Street Name),provide a written location access description that can be used for locating the site: (Ex.:2 miles west from intersection of Hwy 290&IR35 on Hwy 290 South) 5. Latitude: N Longitude: W ti. Standard Industrial Classification(SIC)code: 7. Describe the activity related to the need for this authorization at this site(do not repeat the SIC and NAICS code): S. Is the project/site located on Indian Country Lands? ❑Yes Ll No If Yes,you must obtain authorization through EPA,Region V[. E. SITE MAILING ADDRESS(address for receiving mail at the site) C] Same As Operator(check if address is the same,then proceed with Section F.) Mailing Address. Suite NoJS1dg.No.: A City: State: ZIP Code: F. GENERAL CHARACTERISTICS 1. Has a Pollution Prevention Plan been prepared as required in the general permit? ❑Yes El No a If No,coverage may be denied as the PPP is required at the time the NOi is submitted to TCEQ. 2. Provide the estimated area of land disturbed(to the nearest acre): Acres 3. Provide the name of the receiving water body(local stream,lake,drainage ditch),MS4 Operator(if applicable)and the segment number where storm water runoff will flow from the construction site. MS4 Operator. Receiving Water Bady: Segment: `{ TCEQ-20027.(071120004) Pagc 2 of 3 r rG. CERTIFICATION T, rTyped or printed naive Title(Required) rectify under penalty of law that this document and all attachments were prepared under my direction or super-ision in are ordarice with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system,or those persons directly responsible for gathering t.'ie information,the information submitted is,to the best ofmy knowledge and belief,true,accurate, and complete. I am aware there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations. I further certify that I am authorized under 30 Texas Administrative Code§305.44 to sign and submit this document,and can provide documental ion in proof of such authorization upon request. Signature: Bate: {Use Blue fork) r r- F TC6Q-20022(0702r2004) Aage 3 U3 Notice of Intent (NOI)for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit (TXR150000) TCEQ General Information and instructions rGENERAL INFORMATION rWhere to Send the Notice of Intent(NO1): BY REGULAR U.S.MAIL BY OVERMCII 7 XPRESS MAJL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Storm Water&Pretreatment Team;MC-228 Storm Water&Pretreatment Team;MC-228 P.O.Box 13487 12100 Park 35 Circie rAustin.Texas 78711-3087 Austin,TX 78753 It is recommended that the NO[be mailed using a method that documents the date mailed. TCEQ Contact list: Application Processing Questions relating to the status and form requirements: 512/239-3700&E-mail at"swpermit@tceq.stale.tx.us" Technical Questions relating to the general permit_ 512/2394671 ti! Environmental Law Division: 5121239-0600 Central Records for obtaining copies of forms submitted to TCEQ: 512/239-0900 Information Services for obtaining reports from program data bases(as available): 512/234-DATA(3282) Financial Administration's Cashier's office for receipt of payment; 5121234-0357 or 512/239-0187 Notice of Intent Process-- to rocess_to When your NCH is received by the program,the[form will be processed as follows: 1. Administrative Review: Each item on the form will be reviewed for a complete response.In addition,the operator's legal number must be verified with NIP Texas Secretary of Stale as valid and active(when applicable), The address on the form must be verified with the US Postal service as an address receiving regular mail delivery(never give an ove mi ght/ex press mailing address). t 2. Notice of[]efficiency: If an item is incomplete or not verifiable as indicated above,a notice of deficiency(NOD)will be mailed to the operator. The 1� operator will have 30 days to respond to the NOD, The response will be reviewed for completeness;and if complete, 3. Acknowledge Coverage: We will mail an Acknowledgment Certificate to the operator. This certificate acknowledges coverage under the general permit. i -Or- Denial of Coverage: If the operator fails to respond to the NOD,we may deny coverage under the general permit. ircoverage is denied,we will notify the operator. tl* General Permit(Your Permit) Provisional coverage under the general permit begins two days fol lowing the date that the N01 was postmarked. You should have a copy of the general permit when submitting your application. You may view and print the general permit for which you are seeking coverage on the TCEQ web site www.tcca.stale.tx. General Permit Forms The Notice of Intent and Notice of Termination forms(with instructions)are available in Adobe Acrobat PDF formal on the TCEQ web site www IIceq.State.tx.uS. Change in Operator An authorization under the general permit is not transferable. If the operator of the regulated entity changes,the present permiltee must submit a Notice or Termination and the new operator must submit a Notice of Intem. The NOT and NO]must be submitted not later than 10 days prior to the change in operator status_ TCEQ-?t1;7r-insiruchons (VI=004) page I otti Notice of Change A Notice of Change letter must be submitted with supplemental or corrected information within 14 days following the time when the operator becomes aware that it failed to submit any relevant facts or incorrect information in the NOI,or the time when relevant facts in the NOI change(i.c.addresses,or phone numbers). Notice of Termination A permittee shall terminale coverage under this general permit through the submittal of a NOT when the operator or owner of the facility changes,the discharge becomes authorized under an individual pemmiL or the use of the property changes and is no longer subject to regulation under this general permit. TCEQ Central Registry Core Data Form The Core Data From has been incorporated into this form. Do not complete and attach a core data form when submitting this application. After final acknowledgement of coverage under the general permit,the program will transfer the core data to the agency Central Registry for assignment of a Customer Number and Regulated Entity Number. You can find this information on our web site al www.tceg.sta1e ts,us,where you can query the Central Registry under the regulated entity number,or by your permit number under the search field labeled "Additional ID". Fees are associated with a General Permit The general permit refers to two different fees that apply to operators required to submit a Notice of Intent(NOI). Payment of The Fees may be made by check or money order,payable to TCEQ, BY R)FGULAA U.S.MAIL BY OVE,RNIGHTIEXPRESS MAIL. 1 Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division „r Cashier's Office,MC-214 Cashier's Office,MC-214 P.D.Box 13088 12100 Park 35 Circle Austin,TX 78711-3088 Austin,TX 78753 Application Fee:This is a fee that is required to be paid at the time the NOI is submitted. Failure to submit the payment at the time the application is Filed will cause delays in acknowledging coverage or denial of cover under the general permit. This payment must be submitted separately using the Payment Submittal Farm. If submitting one check or money order for multiple NOI's,list each site name and location exactly as provided on the NOI. Annual Water Quality Fee:°Chis is a fee that is assessed to operators with an active authorization under the general permit on September I ofeach year. ' The operator will receive an invoice for payment of the annual fee in November of each year_ The payment will be due 30 days from the invoice date. A 5% penalty will be assessed if the payment is received by TCEQ after the due date. Annual Ice assessments cannot be waived as longas the authorization under the general permit is active on September I. It's important for the operator to submit allotice ofTerminalion(NOT)when coverage under the general permit is no longer required.A NOT is effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT be mailed using a method that documents the date mailed. w I INSTRUCTIONS FOR FILLING OUT THE FOPVVI , A. OPERATOR (As defined in the general permit.) I_ TCEQ Issued Customer Number(CIV) TCEQ's Central Registry will assign each customer a number that begins with"CN,"followed by nine digits.This is not a permit number,registration number,or license cumber. • If this customer has not been assigned a Customer Reference Number,leave the space for the Customer Reference Number blank. If this customer has already been assigned this number,enter the operator's Customer Reference Number in the space provided. r. Legal Name ! Provide the legal name of the facility operator,as authorized to do business in Texas. The name must be provided exactly as filed with the Texas Secretary of State(SOS),or on other legal document forminglhe entity that is filed in the county where doing business. You may contact the SOS at 5121463-5555,for more information related to filing in Texas. If filed in the county where doing business,provide a copy of the legal documents showing the legal name. TCEO-20022-Instruanons (0711212004) Past 2 of 6 rt'r 1 3. Operator Mailing Address Provide a complete mailing address for this customer to receive mail from the TCEQ_ The address must be verifiable with the US Postal Service at www,ttsns.com. for regular mail delivery(not overnight express mail), Ifyou find that the address is not verifiable using the US PS web search,please indicate the address is used by the USPS for regular mail delivery. W If this is a street address,please follow US Postal Service standards.in brief,these standards require this information in this order, ■ the"house"number—for example,the 14411 in 1401 Main St ■ if there is a direction before the street name,the one-or two-letter abbreviation of that direction(N,S,E.W.NT,SE,SW,or r NW) ■ the street name(if a numbered street,do not spell out the number—for example,6th St,not Sixth St) ■ an appropriate abbreviation of the type of street—for example,St,Ave,Blvd,Fwy,Exwy,Hwy,Cr,Ct,Ln p u if there is a direction after the street name,the one-or two-letter abbreviation of that direction(N,S,E,W,NE,SE,SW,or NW) ■ if there is a room number,suite number,or company mail code City,State,and ZIP Code Enter the name of the city,the two-letter USPS abbreviation for the state(for example,TX),and the ZIP Code.(Enter the full ZIP+4 if you know it.) Country Mailing lnformation J If this address is outside the United States,enter the territory name,country code,and any non-Z1P mailing codes or other non-U.S.Postal Service features here.if this address is inside the United States,leave these spaces blank. Operator Electronic Communications 4. Phone Number This number should correspond to this customer's mailing address given earlier.Enter the area code and phone number here.Leave"Extension"blank if t this customer's phone system lacks this feature_ 5. Fax Numberand E-mail Address This number and E-mail address should correspond to operator's mailing address given earlier.(Optional Information) 6. Type of Operator Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type.- Individual ype:Individual is a person and has not established a business to do whatever causes them to be regulated by us. Sole Proprietorship— D.B.A. is a business that is owned by only one person and has not been incorporated.This business may.- be ay:be under the person's name • have its own name("doing business as,"or d_b_a_) • have any number of employees Partnership is a business that is established as a partnership as defined by the Texas Secretary of State's Office. Corporation meets all of these conditions: is a legal ly incorporated entity under the laws of any state or country • is recognized as a corporation by the Texas Secretary of State i has proper operating autbority to operate in Texas. tit Federal,state,county, or city government(as appropriate) is either an agency c one of these levels of govemmenI or the govemmentaI body itself Other fits none of the above descriptions.Enter a short description ofthe type of customer in the blank provided. r 7. Independent Operator Check"No"if this customer is a subsidiary,part of a larger company, or is a governmental entity.Otherwise,check"Yes." $. Number of Employees Check one box to show the number ofemployees for this customer's entire company,at all locations.This is not necessarily the number of employees at the site named in this NOI. i TCEQ-2GO22-tnst"clions (CWTW2004) hge 3 of G yt� 9. State Franchise Tax ID Number Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number.If this customer is a corporation or limited liability company,enter this number here. Federal Tax IIIc All businesses.except for some small sole proprietors,should have a federal taxpayer identification number(TTN). Enter this number here.Use no prefixes,dashes,or hyphens. Individuals and sole proprietors do not need to provide a federal tax TD. TY SOS Charter(fling)Number Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filling number. You may obtain further information by calling SOS at 5121463-5555 or *� www,sos,state.tx.us DLINS Number Most businesses have a DUNS(Data Un iversa[Numbering System)number issued by Dun and Bradstreet Corp,If this customer has one,enter it here. B. BILLING ADDRESS An annual fee is assessed to an operator holding an active authorization under the general permit September I of each year_ Provide the complete mailing address where the annual fee invoice should be mailed. Verify the address with the USPS ensuring it to be an address for delivery Ofregularmail(not overnight express mail). Also,provide a phone number of the office responsible for payment of the invoice.The operator is the responsible billing client for payment of annual fee. w C. APPLICATION CONTACT Provide the name,title and communication information of the person that TCEQ can contact for additional information regarding this application. D. REGULATED ENTITY(RE)INFORMA11O ON PROJECT OR SITE 1. Regulated Entity'Reference Number(RN) This is a number issued by TCEQ's Central Registry to sites regulated by TCEQ (a location where a regulated activity occurs).This is not a permit number, registration number,or license number. • if this Regulated Entity has not been assigned a Regulated Entity Number,leave the space for the Regulated Entity Number blank. If this customer has already been assigned this number,enter the operator's Regulated Entity Number, 2. Site/Project NamelRegulated Entity Provide the name of the site as known by the public in the area where the site is located. The name you provide on this application wil I be used in the TCEQ *� Central Registry as the Regulated Entity. A regulated entity number will be assigned by Central Registry,if this is a new site(not currently regulated by ! TCEQ). 3, Site[Project(RE)Physical Address Enter the complete address of where the site is located, This address must be validated through US Postal Service or your local police(91 1 service)as a valid I address. Please confirm this to be a complete and valid address. In some rural areas,new addresses are being assigned to replace rural route addresses. Please do not use a rural route or post office box for a site location. Provide the county,city and ZIP code of the area where the project/sile is located. This is information is required to complete the processing of your form. 4. No Physical Address Va site does not have an actual physical address that includes a street(or house)number and street name,enter NO ADDRESS for the street name. Then provide a complete written location access description. For example:"The site is located 2 miles west from intersection of Hwy 294&IH35,locate on the southwest comer of the Hwy 290 South bound lane." For projectslsites that includes a large project area,describe the project. For example:"Stale Highway 45 road project between Highway 620 and 1H 35.' I TCEQ-20022-lnstruc6ow (0711J2004) Pagr 4 of fi i S. Latitude and Longitude Enter the latitude and longitude of the site in either degrees,minutes,and seconds or decimal form,For help obtaining the latitude and longitude,go to- li(Pp://vww.inrce.state_cx.ti i /draview.hinit or www.terraservrr.niicrosofl.comladvfind.asnx. 6. Standard Industrial Classification(SIC)code Provide the 5I11:code that best describes the activity being conducted at the site_ Common SIC Codes related to construction activities include: 1521 Construction of Single Fancily Homes-, 1522 Construction of Residential Bldgs.Other than Single Family Homes; 1541 Construction of Induslria,Bldgs.and Warehouses: 1542 Construction of lslon-residential Bldgs.other than Industrial Bldgs.and Warehouses, 1611 Highway&Street Construction,except Highway Construction; :622 Bridge,Tunnel,&Elevated Highway Construction: 1623 Water,Sewer,Pipeline&Communications,and Power Line Construction. For help with SIC codes,go to: hLtp:llwww.osha.gov/oshstaWsicser.htnil 7. Description of Activity Regulated Provide a description of the activity being conducted at the site. This must be a description sprcilic to what you are doing that requires this authorization. (Do not repeal the SIC Code) 8. Indian Country Lands If your siteis located on[ndian Country Lands,the TCEQ caves not have authority to process your application. You must obtain authorization through EPA, Region VI,Dallas. Do not submit this form to TCEQ. E. SITE MAILING ADDRESS Provide a complete mailing address to be used by TCEQ for receiving mail at the site, in most cases,the address is the same as the operator. If so, simply place a check mark in the box. If you provide a different address,please verify the address with USPS as noted above for the operator address. F. GENERAL CHARACT'ERIS'TICS 1. Pollution Prevention Plan(PPP) This plan identifies the areas and activities(hat could produce contaminated runoff at your site and then tells how you will ensure that this contamination is mitigated.For example,in describing your miligation measures,your site's plan might identify the devices that collect and filler storm water,tell how(hose devices are to be maintained,and tell how tirequently that maintenance is to be carried out.You must: develop this plan in accordance with the TCEQ general permit requirements. This plan must be developed and implemented before you complete this NUI. This plan must be available for aTCEQ investigator to review an request. 2. Estimated Area of Land Disturbed Provide the approximal.e number of acres that the construction site will disturb. Construction activities that disturb less than one acres,unless they are part of a larger common plan that disturbs more than one acre,do not require permit coverage. Construction activities that disturb between one and five acres,unless they are part of a common plan that disturbs more than rive acres,do not require submission of an NOL Therefore,the estimated area of land disturbed should not be less than five,unless the project is part of a larger common plan that diskirbs live or more acres If(hr acreage is legs than t enter 1. "Disturb"means any clearing,grading,excavating,or other similar activities. If you have any questions about this item,please call the storm water technical staff at{512)'234-4671. 3. Receiving Water Body The slonn water from your site eventually reaches a receiving water body such as a local stream or lake,possibly via a drainage ditch. The discharge may initially be into a municipal separate storm sewer system(MS4). If applicable,provide the name of the entity that operates the MS4 where the storm water discharges.An MS4 operator is ollen a city,town,or utility district,but possibly another form of government, You must provide the name of the water body that receives the discharge from the construction site(a local stream or lake). Storm water may be discharged directly to a receiving stream or through a MS4. If known,please include the segment number if the discharge is to a classified water body. f TCEQ-20022-Instructions (07112!2004) Pagr 5 orb G. OPERATOR CERT I FiCAT1ON The certification must bear an original signature of a person meeting the signatory requirements specified in under 30 Texas Administrative Code(TAC) §395.44. The printed name and title of the person signing the form must be provided. 1+O[forms with stamped or copied signatures will not be .. processed. IF YOU ARE A CORPORATION: no The regulation that controls who may sign an NO]or similar Form is 30 Texas Administrative Code§305A4(a)(i)(see below). According to this code provision,any corporate representative may sign an NOI or similar form so long as the authority to sign such a document has been delegated to that person in accordance with corporate procedures, By signing the NO[or similar form,you are certifying that such authority has been delegated to you. The TCEQ may request documentation evidencing such authority. iF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY: � The regulation that controls who may sign an NOT or similar fort is 30 Texas Administrative Code§305.44(a)(3)(see below). According to this code provision, only a ranking elected official or principal executive officer may sign an NO] or similar form. Persons such as the City Mayor or County Commissioner will be considered ranking elected officials. In order to identify the principal executive officer of your government entity,it may be beneficial to consult yourcity charter,county or city ordinances,or the Texas statute(s)under which your government entity was formed.An NOI orsimilar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to §305.44(a)(3). The signatory requirement may not be delegated to a government representative outer than those identified in the regulation.By signing the NOT or similar form,you are certifying that you are either a ranking elected official or principal executive officeras required by the administrative code. Documentation demonstrating your position as a ranking elected official or principal executive officer may be requested by the TCEQ. If you have any questions or need additional information concerning the signatory requirements discussed above,please contact the Texas Commission on Environmental Quality's Environmental Law Division at 512!239-0600. 30 Texas Administrative Code s..a §305.44. Signatories to Applications. (a) All applications shall be signed as follows. .R (t) For a corporation,the applicationshall be signed by a responsible corporate officer. For purposes of this paragraph,a responsible corporate officer means president,secretary,treasurer,or vice-president ofthe corporation in charge ofa principal business function,or any other person who performs similar policy or decision-making functions for the corporation;or the managerof one or more manufacturing,production,or operating facilities employing more than 250 persons or havinggross annual sakes or expenditures exceedingS25 miIlion(in second-quarter 1980 dollars),if authority to sign documents has been assigned or delegated to the manager in accordance with corporate~procedures. Corporate procedures governing authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather than to specific individuals. (2) For a partnership or sole proprietorship,the application shall be signed by a general partner or the proprietor,respectively. (3) For a municipality,state,federal,or other public agency,the application shall be signed by either a principal executive officer or a ranking elected official. For purposes of this paragraph,a principal executive olTicer of a federal agency includes the chief executive officer of the agency,or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency(e.g.,regional administrator of the EPA). TCEQ-20022-1wrucnons f 07r12r20071 Page 6 o1_5 r� Did you complete everything? use this checklist to be sure! Are you ready to mail your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses. Have you also mailed your check and Payment Submittal Form to the Cashier's office? Go to the end of this document for the Payment Submittal Form. Customer GP TXR150000 Notice of Intent Checklist I This checklist is for use by the operator to ensure a complete application. Missing information may result in denial of coverage under the general permit.(See NO] Process description in the Instructions) Application Fee was sent to TCEQ`s Financial Administration and the Check information is listed. r ir OPERATOR fNFORMATION-Confirm each item is completer El Customer Number issued by TCEQ Central Registry(if you have it) ❑ Legal Name as filed to do business in Texas (Call TX SDS 5121463-5555) C] Operator Mailing Address is complete&verifiable with USPS. www.usos.corn ❑ Phone NumberslE-mail ❑ Type of Operator(Entity Type) ❑ Independent Operator •+ ❑ Number of Employees ❑ For Corporations or Limited Partnerships-Tax and Filing numbers Billing Address is complete&verifiable with USPS. www.usys.cam Application Contact-a contact person for TCEQ to call is listed REGULATED ENTITY(RE)INFORMATION-Confirm each item is complete: ❑ Regulated Entity Reference Number(RN) (if you have it) ❑ Site/Projecl NamcfRegulated Entity ❑ SitelProject(RE)Physical Address Please do not use a rural route or post office box For a site location ❑ Latitude and Longitude hiipi//www.inrcc.state.ix,us/gis/drgvicw.htmIOT www.tcrmserver.microsoft.eom/advfind.aspx_ ❑ Standard Industrial Classification(SIC)code httrr:l.!www.asha.s aw`oshstatslsicser.html and business description ❑ Indian Country Lands-your answer was NO Cl Site Mailing Address(checked same as operator or gave a complete&verifiable with LISPS. www.usns.eom GENERAL CRARACTERISTICS-Confirm each item is complete- r ❑ Pollution Prevention Plan(PPP)must he"Yes" fl Area of Land Disturbed(nearest acre) El MS4 Operator,Receiving Water Body or Segment CERTIFICATION Signature meets 30 Texas Administrative Code(TAC)§305.44 and is onginal, ,wr r TCEQ-20022-Custumcr Chccklisl (0711212004) PagcI of I r _ Texas Commission on Environmental Quality rGeneral Permit Payment Submittal Farm Use this form to submit your Application Fee. r -Complete items I through 4 below: -Staple your check in the space provided at the bottom of this document. -Do not mail this form with your NOT form. -Do not mail this form to the same address as your NO[. instead,mail this form and your check to-. BY REGULAR U.S.MAIL BY OVERNIGHWEXPRESS MAIL rTexas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Administration Division Financial Administration Division Cashier's Office,MC-214 Cashier's Office,MC-214 P.O.Sox 13088 12100 Park 35 Circle Austin,TX 78711-3088 Austin,TX 78753 To confirm receipt of payment,call the Cashier's office at 51212311-0357 or 2351-0187. Fee Code:GPA .General Permit:TXR150000 1. Check/Money Order No: 2. Amount of ChecklMoney Order. 3. Datc of Check or Money Order: = 4. Name on Check or Money Order; 5. NOT INFORMATION if the check is for more than one NO],list each Project/Site(RE)Name and Physical Address exactly as provided on the NOI. DO NOT SUBMIT A COPY OF THE NOT WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTR ES. rCl See Attached List of Sites (ffmore space is needed 3voa may attach a list.) ProjectlSite(RE)Flame: r Project/Site(RE)Physical Address: IF Staple Check In This Space r TCEO.20134 (0711212064) ?a}c 3 nC 1 r r r r r r r r r ATTACHMENT 3 PERMIT OVERAGE NOTICE (To be incorporated when received from TCEQ) r r r r i r r r r r r ATTACHMENT ■ OPERATOR COMPLIANCE CERTIFICATION r r r r r r r f r OPERATOR COMPLIANCE CERTIFICATION Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT: P171-070171131150 Lake Worth South Shore Low Pressure Sewer System Fort Worth, Texas Name of Operator: Name of Facility: Address: Telephone- Facsimile: Certification Statement: I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel property gathered and evaluated the information submitted. Based upon my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate and complete. 1 am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. This certification is hereby signed in reference to Storm Water Discharges Associated with Construction Activity at the above-referenced project: By: Signature Name Title Date AUTHORIZED SIGNATORY Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT: P171-070171131160 Lake Worth South Shore Low Pressure Sewer System Fort Worth, Texas In accordance with the US EPA NPDES General Permit for Storm Water Discharges Associated With Construction Activity, Part VI.G, signature and plan review requirements are as follows: 9. All Notices of Intent shall be signed as follows: a. For a corporation:By a responsible corporate officer. For the purposes of this section, a responsible corporate officer means: (9)A president, secretary, treasurer, or vice-president of the corporation in charge of principal business function, or any person who performs similar policy or decision-making functions for the corporation; or(2)the manager of one or more manufacturing, production or operating facilities employing more than 250 persons or having grass annual sales or expenditures exceeding$25,000,000(in second-quarter 9980 dollars)if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures; h. For a partnership or sole proprietorship:by a partner or the proprietor, respectively:or C_ For a municipality, State, Federal, or other public agency:by either a principal executive officer or ranking elected official For the purposes of this section, a principal executive officer of a Federal agency includes(9) the chief executive officer of the agency, or(2)a senior executive officer having responsibility for the overall operations of a principal geographic unit of file agency(e.g., Regional Administrators of USEPA). 2. All reports required by the permit or other infornia€ion requested by the Director(USEPA.) or authorized representative of the Director shall be signed by a person described above or by a duly authorized representative of that person. A person is a duly authorized representative only rf: a. The authorization is made in writing by a person described above and submitted to the Director (USEPA). b. The authorization specifies either an individual or a position having responsibility for the overall operation of the regulated facility or activity, such as the position of manager, operator, superintendent or position of equivalent responsibility or an individual or position having overall responsibility for environmental matters for the company. (A duly authorized representative may thus be either a named individual or any individual occupying a named position.) The following authorized representative position responsible for signing all reports related to the National Pollutant'Discharge Elimination System Permit for the construction activity located at the above- referenced project is: Name Title I certify that i meet the requirements of the USEPA NPD FS General Permit for Storm Water 0tscharges Associated With Construction Activity, Part IV.C.3.: Name of Authorized Signatory Position/Title Signature of Authorized Signatory Date r r r r r r r ATTACHMENTS CERTIFICATION SHEETS I 1 r r r r r CONTRACTOR CERTIFICATION Storm Water Pollution Prevention Plan For Storm Water Discharges Associated with Construction Activity PROJECT: P171-070171131150 Lake Worth South Shore Low Pressure Sewer System Fort Worth, Texas Each contractor engaged in activities under this SWPPP that disturb surface soil must be identified and must sign the following certification statement, Name of Contractor: Address: Telephone: Facsimile: Type of Construction Service to be provided: Certification Statement: I certify under penalty of law that I understand the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. This certification is hereby signed in reference to construction at the above-referenced project, By: Signature Name Title Date SUBCONTRACTOR CERTIFICATION Storm Water Pollution Prevention Pian For Storm Water Discharges Associated with Construction Activity PROJECT: P171-070171131150 Lake Worth South Shore Low Pressure Sewer System Fort Worth, Texas Each subcontractor engaged in activities under this SWPPP that disturb surface soil must be identified and must sign the following certification statement. Name of Subcontractor: Address: Telephone: Facsimile: r Type of Construction Service to be provided: Certification Statement: I certify under penalty of law that I understand the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification. r This certification is hereby signed in reference to construction at the above-referenced ,project. �. By. Signature Name Title Date ATTACHMENT 6 TOPOGRAPHIC MAP BMnpMHSN Fi1SHE[nx.P[}to�*s•iPF.ensi�. 4111'M:.� S- -. �..• � •�d.� i�' � .'.I V Y {^Md f T City P&rh , Il• ,r.. ,rV . BM 61 �' rf A. W . i r ! f - , j i!@ 3118 7 � `/•^r'-'.�-} rI/��,t J _ C`I'A. g-� ``�� ,+� �,•' �- - � � �� � � u , n us,rt � .•cam rs � iR _ �� �! , � p Phase!:Gravity Interceptor -- Phase II:Low Pressure Force Main 0 2000 Feet. FIGURE IA GENERAL LOCATION MAP U5G5 TOPOGRAPHIC NEAP (LAKE WORTH, TX QUADRANGLE) - - - ETyxowE.f,u E•:.nErnsSe_:^.f[n;.:AE�SFi ALAN 1-1 ASSOCIATES. INC. MOW i YJ1 1 f 04,0 PA R ���' _�. � •gypp Y � :. � - 7 C3 _ f, M � i t -( y i LLLL „ Phase is Gravity Interceptor w Phase Ii: Lara Pressure Force Main D 2000 Feet ,s FIGURE 1iB GENERAL LOCATION MAP USSGS TOPOGRAPHIC MAP (LAPSE WORTH, TX QUADRANGLE) r r r t ATTACHMENT ? EROSION CONTROL MEASURES 1 r r r Section 4-Construction BMPs Erosion Control Mats Applications Perimeter Control Slope PrO�eCtiofl SecJiment Trapping JPr Erosion Channel atectian ControlTemporary Stabilization w Mats ts (star 4t Permanent Stabilization a ■�a�.• Waste Management ' Housekeeping Practices vs Targeted Constituents DESCRIPTION a Sediment An erosion control mat (ECM1 is a geomembrane or biodegradable Fabric placed over disturbed areas to limit the effects of erosion due to rainfall impact 0 Nutrients and runoff across barmen soil. Erosion control mats are manufactured by a wide Toxic Materials variety of vendors addressing a wide variety of conditions such as vegetation establishment and high velocity flow. Types of matting include organic (jute, Q Oil &Grease straw)and synthetic(plastic and glass fiber) materials. O I`l0atable Materials PRIMARY USE Q Other Construction Mats can provide both temporary and/or permanent stabilization for Wastes disturbed soil or barren areas. It is used For difficult to stabilize areas such as steep slopes, temporary or permanent drainage swales, embankments or high Implementation traffic (pedestrian) areas. Some teats are reusable, reducing the initial cost of Requiremmentent s the installation. r Capital Costs APPLICATIONS G Maintenance Mats can be used on any construction-related disturbed area, but are p Training particularly effective for erosion control of fine grained soils, and on short, steep slopes (such as stream banks) where erosion is high and growth of L Suitability for vegetation is slow. Slopes >5% DESIGN CRITERIA Legend A mat may be used by itself or in combination with netting or other anchors fo i Significant Impact promote soil stabilization. Choice of matting depends largely on slope, 0 Medium Impact climate, soil type, and durability. Mats are usually installed according to the 4 manufacturers recommended guidelines. After appropriate installation, the Q Low Impact matting should be checked for: uniform contact with the soil; security of the Unknown or ¢" lap joints;and flushness of the staples with the ground. •� Questionable Impact Manufacturers information will verify acceptable applications for a particular product. Fe = O.90 I LIMITATIONS E_16 Although matting is highly effective in controlling erosion,it may be less cost- effective than other SMPs, for erosion con trot and it may require a contractor with considerable mat installation experience for installation. � ip North Central Texas Council of Governments February�iCTCDG Construction MP Manual 4•],' f 993 F Section a-Construction 8MPs Erosion Control Mats MAINTENANCE REQUIREMENTS Matted areas must be inspected on a weekly basis, and after significant(>05 inch) rainfalt,for bare spots caused by weather related events. Missing or loosened matting must be replaced or re-anchored. Specification Section N I Detail ID 21 6Q i l N(;TCOG Construction Manual 4-18 February 1993 Section 4 -Construction BMFs Silt Fence Applications Perimeter Control Drainage area Slope Protection disturbed +a_` _ limits Sediment Trapping Area 5i Flo n �� ae" `` Channel Pfcdtection Silt Fence Temporary Stabilization Permanent Stabilization Stabilized Area Supports +,. Waste Management Housekeeping Practices Targeted Constituents DESCRIPTION A silt fence consists of geotextile fabric supported by poultry netting or other • Sediment backing stretched between either wooden or metal posts with the lower edge 0 Nutrients of the fabric securely embedded in the soil. The fence is typically located Toxic Materials downstream of disturbed areas to intercept runoff in the form of sheet flaw. Silt fence provides both filtration and time for sedimentation to reduce 0 Oil & Grease sediment and it reduces the velocity of the runoff. Properly designed silt fence p Floatable Materials is economical since it can be re-located during construction and re-used on other projects. O Other Construction Wastes PRIMARY USE Silt fence is normally used as peruneter control located downstream of implementation disturbed areas.It is only-feasible for non-concentrated,sheet flow conditions. Requirements G Capital Costs APPLICATIONS Silt fence is an economical means to treat overland,non-concentrated flows for 0 Maintenance all types of projects. Silt fences are used as perimeter control devices for both p Training site developments and linear(roadway) type projects. They are most effective with coarse to silty soil types. Due to the potential of dogging,silt fence should 0 Suitability for not be used with day soil types. Slopes >60/0 In order to reduce the length of silt fence, it should be placed adjacent to the Legend down slope side of the construction activities. 0 Significant Impact dE51G1V CRfi'ERIA 0 Medium impact 0 Fences are to be constructed along a line of constant elevation (along a td Low Impact OM contour line)where possible. ? Unknown or 0 Maximum slope adjacent to the fence is 1:1. In Maximum distance of flow to silt fence should be 200 feet or less. Questionable Impact 0 Maximum concentrated flow to silt fence shall be i CFS per 20 feet of C fence Fe = 0.75 0 If 50°0 or less of soil, by weight, passes the U.S. Standard sieve No. 200,select the equivalent opening size(E.O.S.) to retain 85%'4 of the soil. S-1 0 Maximum equivalent opening size shall be 70(#70 sieve). 0 Minimum equivalent opening size shall be 100(#I00 sieve), n If 85% or more of soil, by weight, passes the U.S. Standard sieve No. 200,silt fences shall not be used due to potential clogging. 0V North Central Texas Council of Governments NCTCflG Construction BMP Manual 4-21 February 1993 Section 4- Construction BM'Ps Silt Fence • Sufficient room for the operation of sediment removal equipment shalll be provided between the silt fence and other obstructions in order to properly maintain the Fence. • The ends of the fence shall be turned upstream to prevent hype ss of stormwa ter. LIMFTATIONS Minor ponding will likely occur at the upstream side of the silt fence resulting in minor localized flooding. Fences which are constructed in swales or low areas subject to concentrated flow may be overtopped resulting in failure of the filter fence. Silt Fences subject to areas of concentrated flow [waterways with - flows> 1 cfs}are not acceptable. Silt fence can interfere with construction operations, therefore planning of access routes onto the site is critiOd. Silt fence can fail structurally under heavy storm flows, creating maintenance problems and reducing the effectiveness of the system. MAINTENANCE REQUIREMENTS inspections should be made on a weekly basis, especiaUy after large storm events. 11 the fabric becomes clogged,it should be cleaned or if necessary,replaced. Sediment should be removed when it reaches approximately one-half the height of the fence. Specification Section B I1®tali ID 2020 ` I MC3COG Construction Manuai 4-22 February 1993 Section 4-Cons fruction BMPs Straw Bale Dike Appitratlons i —- Perimeter Control R �/ Slope Protection d K, Disturbec Drainage Sediment Trapping Area Channel Protection Temporary Stabilization Stabilized Area Permanent Stabilization Waste Management 4" Embedment Housekeeping Practices Targeted Constituents DESCRIPTION A straw bale dike is a temporary barrier constructed of straw bales anchored 9 Sediment with wood posts, that is used to intercept sediment-laden runoff generated by p Nutrients small disturbed areas.The straw bales can serve as both a filtration device and Toxic Materials a dam/dike device to treat and redirect flow. Bales can consist of hay or straw in which straw is defined as best quality straw from wheat,oats or barley, free Q Oil & Grease of weed and grass seed and-hay is defined as straw which includes weed and grass seed. Q Roatab}a Materials PRIMARY USE Wastes Other Cor struction Wastes A straw bale dike is used to trap sediment-laden storm runoff frorn small drainage areas with relatively level grades, allowing for reduction of Velocity implementation -+ thereby causing sediment to settle out. Requirements APPLICATIONS Capital Casts Straw bale dikes are used to treat flow after it leaves a disturbed area on a ! Maintenance relatively small (<1 acre) site. Due to the limited life of the straw bale, it is cost effective for small projects of a short duration.The limited weight and s�ength U Training of the straw bale makes it suitable for small, flat (C 2 percent slope) 0 Suitability for contributing drainage areas- Due to the problems with straw degradation and Slopes,5% the lack of uniform quality in straw bales, their use is discouraged except for small residential applications. Legend Straw bales can also be used as check dams {see Check foam BMP S-7Y for small ! Significant Impact watercourses such as interceptor swales and borrow Glitches. Due to the 0 Medium Impact problems in securely an&oring the bales, only small watercourses can d Low Impact effective) use straw bale check dams. y 7 Unknown or DESIGN CRITERIA Questionable Impact C7 Straw bale dikes are to be constructed along a line of constant elevation (along a contour line)- Fe = 0.67 =J Straw bale dikes are suitable only for treating sheet flows across grades of 2%or flatter. 'r5 0 Maximum contributing drainage area shall be 0.25 acre per 100 linear C feet of dike. I 3 Maximum distance of flow to dike should be 100 feet or less. -3 Dimensions for individual bales shall be 30 inches minimum length, 18 inches minimum height,24 inches minimum width and shall weigh no less than 50 pounds when dry. 4W North Central Texas Council of Governments NCTCCG Construction BMP Manual 4-23 February 1993 Section 4 - Constructioo BMPs Straw Bele Dike 0 Each straw bale shall be placed into an excavated trench having a depth of 4 inches and a width just wide enough to accommodate the bales themselves. O Straw bales shall be installed in such a way that there is no space between bales prevent seepage. 0 Individual bales shall be held in place by at least two wood stakes driven a minimum distance of 6 inches below the 4" excavated trench to undisturbed ground, with the first stake driven at an angle toward the previously installed bale, 0 The ends of the dike shall be turned upgrade to prevent bypass of stormwater. 0 Place bales on sides such that bindings are not buried. LIMITATIONS Due to a short effective life caused by biological decomposition,straw bales must be replaced after a period of no more than 3 months. During the wet and waren seasons, however, they must be replaced more frequently as is determined by periodic inspections for structural integrity. Straw bale dikes are not recommended for use with concentrated flows of any kind except for small check flows in which they can serve as a check dam. The effectiveness of straw bales in reducing sediment is very Umited. lznproperly maintained,straw bales can have a negative impact on the water quality of the runoff. MAINTENANCE REOUIREMENTS Straw bales shall be replaced if there are signs of degradation such as straw located downstream from the bales, structural deficiencies due to rotting straw in the bale or other signs of deterioration. Sediment should be removed from behind the bales when it reaches a depth of approximately 6 inches. Specification Section A Detail ID 2010 NCTCDC Construction Manual 4-24 February 1993 ATTACHMENT S EROSION CONTROL PLAN SHEETS FOR EROSION CONTROL INFORMATION, REFER TO CONSTRUCTION DRAWINGS. 4 r r r r r r r ATTACHMENT 9 CONSTRUCTION ENTRANCE r r r r r r r Section 4• Const—ruction BMPs Stabilized Construction Entrance Applications Perimeter Control j Depth— - Slope Protection taRack (Optional)ash Rack Sediment Trapping t Channel Protection tabilize onstruction Temporary Stabilization Width 4 Entrance Permanent Stabilization Waste Management fFlow to treatment barrier Filter Fabric Housekeeping Practices such as silt fence Targeted Constituents DESCRIPTION A stabilized construction entrance consists of a pad consisting of gravel, 0 Sediment crushed stone,recycled concrete or other rock Iike material on top of geotextiie 0 Nutrients filter cloth to facilitate the wash down and removal of sediment and other Toxic Materials debris from construction equipment prior to exiting the construction site. For added effectiveness, a wash rack area can be incorporated into the design to 0 Oil & Grease further reduce sediment tracking. For long term projects,cattle guards or other type of permanent rack system can be used in conjunction with a wash rack. 0 Floalable Materials This directly addresses the problem of silt and mud deposition in roadways 0 Other Construction used for construction site access. Wastes PRIMARY USE Implementation Stabilized construction entrances are used primarily for sites in which Requirements l significant truck traffic occurs on a daily basis. It reduces the need to remove 0 Capital Casts sediment from streets. If used properly,it also directs the majority of traffic to a single location,reducing the number and quantity of disturbed areas on the 0 Maintenance site and providing protection for other structural controls through traffic control. C) Training APPLICATIONS Slopes Suitability for Slopes>5% Stabilized construction entrances are a required part of the erosion control plan for all site developments larger than 5 acres and a recommended practice for Legend all construction sites.It is not suitable for long,linear projects. If possible,small 0 Significant Impact entrances should be incorporated into small lot construction due to the large percentage of disturbed area on the site and the high potential for offsite 0 Medium Impact tracking of silt and mud. Q Low Impact DESIGN CRITERIA ? Unknown or * Stabilized construction entrances are to be constructed such that Questionable Impact drainage across the entrance is directed to a controlled,stabilized outlet �! on site with provisions for storage proper filtration and removal of Fe = NIA wash water. ❑ The entrance must be properly graded so that storm water is not 7 S' allowed to leave the site and enter roadways. 7 J Minimum width of entrance shall be 15 feet, but in no case shall the width be less than that of the entry way to be used. 13 Minimum depth of entrance shat) be B inches for the entire length of the control. North Central Texas Council of Governments NCTCOO Construction BMP Manual 4-37 February 1993 Section 4- Construction BMPs Stabilized Construction Entrance 0 Minimum dimensions for the entrance shall be as follows: Avg. Min.Width Min.Depth Tract Area Lot Depth of Entrance of Entrance c 1 Acre 100 feet 15 feet 20 feet * 5 Acres 200 feet 20 feet 30 feet — * 10 Acres >200 feet 20 feet 40 feet 10 Acres I > 200 feet 1 25 feet 50 feet LIMITATIONS Selection of the construction entrance location is critical in that to be effective,it must be used exclusively. Stabilized entrances are rather expensive considering that it must be installed in combination with one or more other sediment control techniques, but it may be cost effective compared to labor intensive street cleaning- MAINTENANCE REQUIREMENTS inspections should be made on a regular basis and after large storm events in order to ascertain whether or not sediment and pollution are being effectively detained on site. When sediment has substantially clogged the void area between the rocks, the aggregate mat must be washed down or replaced. Periodic re-grading and top dressing with additional stone must be done to keep the efficiency of the entrance from diminishing. Specification Section G Detail ID 2070 NCTCQG Construction Manual 4-3$ February 1993 r t ATTACHMENT IO tTYPE 2 ACTIVE CONSTRUCTION EROSION AND SEDIMENT CONTROL r i t I — TOP LTF SLOPE EARTHEN PLUG 1 HAY BALE I � - pp EXCAVATED MATERIAL CO r EARTHEN PLUG C] 0 r z ■ ROAD WAY DRAINAGE DITCH coQ SILT FENCE do a r%] Q L] d b / w ATTACHMENT K) Ln i CITY OF FORT WORTH Icy- CAHOBA DRIVE WATER LINE Ln TYPE 2 -- ACTIVE CONSTRUCTION FROSIOIN AND SEDIMENT CONTROL r r r r r r r t ATTACHMENT 11 r SOIL TYPES r 4 t r t r i SNkET NUMBER 27 ' fJnins shr�a7 21 r --- C � ? � )n 44 76 46 92 &7 1� y' � I ! R7 i IAAE f , f 4'OhlTfl air 'i AF r. i I Vii. ` Y -•�� - ,�� !d � � � t � IFr1� R.�^ �i ' t 1 1 t t1 a ... 1. 17 r• G5 ` ?•7 1 t Z� yy 46 17 s ..4 `46 .ill• 45 1;a n..i '•'S w (lairss s6eef 3df � T,4RRANT COUNTY. TEXAS — '-` iT {Joins shpef 221 -- --- — - 7�7 lJ 1!v r 1 u5 i Willow f-•1KF PsPanr} T �v Point 44 to -16 a+� 1 s r err kz -AMA ILI .. �i ✓ `. �- - _is .e 7 �'PL ? f r� ,+ y,i• � � f ...Vat � h'�,- 13 detailed soil map units The map units on the detailed soil reaps at the back of made up of all of them_ Maloterre, Aledo, and Brackett this survey represent the soils in the survey area. The soils, 3 to 20 percent slopes, is an undifferentiated group map unit descriptions in this section, along with the soil in this survey area. maps, can be used to determine the suitability and Most map units include small scattered areas of soils potential of a soil for specific uses. They also can be other than those for which the map unit is named. Some used to plan the management needed for those uses. of these included soils have properties that differ More information on each map unit, or soil, is given substantially from those of the major soil or soils. Such under "Use and management of the soils." differences could significantly affect use and l Each map unit on the detailed soil maps represents an management of the soils in the map unit_ The included area on the landscape and consists of one or more soils soils are identified in each map unit description. Some for which the unit is named. small areas of strongly contrasting soils are identified by A symbol identifying the soil precedes the map unit a special symbol on the soil maps. name in the soil descriptions. Each description includes Table 5 gives the acreage and proportionate extent of general facts about the soil and gives the principal each map unit. Other tables (see "Summary of tables") hazards and limitations to be considered in planning for give properties of the soils and the limitations, specific uses. capabilities, and potentials for many uses. The Glossary Soils that have profiles that are almost alike make up defines many of the terms used in describing the soils. a sail series. Except for differences in texture of the surface layer or of the underlying material, all the soils of a series have major horizons that are similar in soil descriptions composition, thickness, and arrangement. Soils of one series can differ in texture of the surface 1--Alecto gravelly clay loam, 1 to 8 percent slopes. layer or of the underlying material. They also can differ in This shallow and very shallow, gently sloping and slope, stoniness, salinity, wetness, degree of erosion, sloping, loamy soil is on ridgetops underlain by fractured and other characteristics that affect their Use, On the limestone. Areas are oblong and average about 20 basis of such differences, a soil series is divided into sail acres. Slopes average about 3 percent. phases. Most of the areas shown on the detailed soil Typically, the surface layer is moderately alkaline, maps are phases of soil series. The name of a soil brown gravelly clay loam about 7 inches thick. From a ,�. phase commonly indicates a feature that affects use or depth of 7 to 17 inches is moderately alkaline, brown management. For example, Gasil fine sandy loam, f to 3 very gravelly clay loam that is about 60 percent percent slopes, is one of several phases in the Gasil limestone fragments- Below that to a depth of 24 inches series. is coarsely fractured limestone. Some map snits are made up of two or more major This soil is well drained. Permeability is moderate, and soils. These reap units are called soil complexes, soil available water capacity is very low. Runoff is medium, associations, or undifferentiated groups. There are no and the hazard of erosion is moderate. The root zone is soil associations in this survey. restricted; however, plant roots can penetrate the A soil complex consists of two or more soils in such fractures in the bedrock, an intricate pattern or in such small areas that they Included in mapping are small areas of Solar and cannot be shown separately on the soli maps. The Purves soils and soils similar to the Aledo soil that are pattern and proportion of the soils are somewhat similar less than 8 inches deep to bedrock. These very shallow in all areas. Aledo-Kolar complex, 5 to 20 percent soils are in the more sloping positions and make up as slopes, is an example, much as 30 percent of some mapped areas. Solar and An undifferentiatedgroup is made up of two or more Purves soils are on ridgetops and comprise 5 to 10 soils that could be mapped individually but are mapped percent of some areas. as one unit because similar interpretations can be made This Aledo sail is mainly used as rangeland. A few for use and management, The pattern and proportion of minor areas near deep soils are cultivated, the soils in a mapped area are not uniform. An area can This soil is poorly suited to use as pastureland and be made up of only one of the major soils, or it can be cropland because of the layers of fractured rock near the 14 Soil survey surface and very low available water capacity. Kleingrass upper slopes, and Sanger soifs on toot slopes. These is one of the better suited pasture grasses. soils make up less than 15 percent of any mapped area. The Aledo soil is moderately suited to most urban In a few mapped areas, the closely similar Brackett soils uses. Depth to rock is the main limitation. make up as much as 20 percent. This soil is moderately suited to most recreation uses. These soils are used mostly as rangeland. They are Small stones and depth to rock are limitations. Using poorly suited to cropland and pastureland because of loamy fill material and maintaining a good grass cover slope and depth to bedrock. help to overcome these limitations. The soils in this complex are moderately suited to Areas of this map unit are preferred by quail and most urban uses. The ima;or limitations are depth to doves for food and cover. bedrock, slope, corrosivq to uncoated steel, and This soil is in capability subclass VIs and the Shallow seepage during the wet seasons. These limitations are range site. difficult to overcome, and good design and planning are essential. Areas in which seepage occurs should be 2—Aledo-Bolar complex, 5 to 20 percent slopes. avoided as construction sites. Lawns need frequent The soils in this complex are shallow, very shallow, and watering, and topsoil is needed in places. The high moderately deep; sloping to moderately steep; and content of lime in these soils causes chlorosis in - loamy. They are on the higher ridges and side slopes. sensitive plants. The sails is this complex are poorly The side slopes have horizontal limestone strata that suited to most recreation uses because of slope, depth outcrop every 5- to 30-foot change in elevation. The to bedrock, and small stones on the surface. outcrops resist weathering and give the area a benched, Areas of this map unit are preferred by quail and or terraced, appearance. Areas are subrounded to long doves for food and cover. and narrow and range from 8 to about 650 acres, This complex is in capability subclass Vis. The Aledo This complex is about 65 percent Aledo sail, 25 soil is in the Shallow range site, and the Bolar soil is in percent Bolar sail, and 10 percent other soils and rock the Clay Loam range site. outcrops. The Aledo soil is underlain by fractured limestone at a depth of less than 20 inches. The Bolar 3—Aledo-Bolar-Urban land complex, 3 to 20 soil is in areas between bands of the Aledo soil. The percent slopes. The soils in this complex are gently soils in this complex are so intricately mixed that it is not sloping to moderately steep. They are on narrow ridges practical to map them separately. and side slopes. The side slopes have horizontal Typically, the surface layer of the Aledo soil is limestone strata that outcrop every 5- to 30-foot change moderately alkaline, dark grayish brown gravelly clay in elevation. These rock outcrops resist weathering and _ loam about 8 inches thick. From a depth of 8 to 17 give the areas a benched or terraced appearance. inches is moderately alkaline, grayish brown very gravelly Slopes are convex and average about 8 percent. Areas clay loam. Below that is limestone that is coarsely are generally oblong and range from 20 to about 300 fractured and interbedded with clayey marl. acres. The Aledo soil is well drained. Permeability is This complex is about 20 to 30 percent Aledo soil, 15 moderate, and available water capacity is very low. to 20 percent Bolar soil, 15 to 50 percent Urban land, Runoff is rapid, and the hazard of erosion is severe. and 20 Percent other soils and rock outcrops_ These Water seeps to the surface along rock outcrops during soils and Urban land are so intricately mixed that it is not wet seasons. The root zone is very shallow to shallow. practical to map them separately. Plant roots penetrate the fractures in the limestone. The Aledo soil is on ridges and more sloping areas Typically, the surface layer of the Bolar soil is dark near rock outcrops. Typically, the surface layer is grayish brown clay loam about 10 inches thick. The moderately alkaline, dark grayish brown gravelly clay upper part of the subsoil, from a depth of 10 to 24 loam about 8 inches thick. From a depth of 8 to 17 inches, is brown silty clay loam that has common inches is moderately alkaline, grayish brown very gravelly fragments of limestone. The lower part, from a depth of clay loam that is about 65 percent by volume limestone 24 to 30 inches, is light gray silty clay loam that has fragments. This layer is underlain by a bed of limestone yellowish and brownish mottles and fragments of that is coarsely fractured. limestone. Below that is fractured limestone interbedded The Aledo soil is well drained. Permeability is with clayey marl. Reaction is moderately alkaline moderate, and available water capacity is very low; throughout. however, in places, water seeps to the surface above The Bolar soil is well drained. Permeability is bands of limestone outcrops. The root zone is shallow to moderate, and available water capacity is low. Runoff is very shallow. Calcium carbonate concretions restrict the rapid, and the hazard of erosion is severe. The root zone choice of plants haat are adapted to this soil. is moderately deep and is easily penetrated by plant The Bolar soil is on slightly convex side slopes and roots. the less sloping areas in the complex. Typically, this soil Included with this complex in mapping are small areas has a very dark grayish brown clay loam surface layer of Frio soils on narrow flood plains, Medlin soils on about 10 inches thick. The upper part of the subsoil is 83 classification of the soils The system of soil classification used by the National mineral content, temperature regime, depth of the root ooperative Soil Survey Inas six categories (4). Beginning zone, consistence, moisture equivalent, slope, and ith the broadest, these categories are the order, permanent cracks. A family name consists of the name iborder, great group, subgroup, family, and series. of a subgroup preceded by terms that indicate soil 1,fassification is based on soil properties observed in thre properties. An example is fine-loamy, carbonatic, thermic Id or inferred from those observations or from Typic Calciustolls. rboratory measurements. in table 20, the soils of the SERIES. The series consists of soils that have similar i urvey area are classified according to the system_ The horizons in their profile_ The horizons are similar in color, Categories are defined in the following paragraphs. texture, structure, reaction, consistence, mineral and ORDER. Ten soil orders are recognized. The chemical composition, and arrangement in the profile. ifferences among orders reflect the dominant soil- The texture of the surface layer or of the substratum can yrming processes and the degree of soil formation. differ within a series. An example is the Sunev series, Exch order is identified by a word ending in sol. An which is a member of the fine-loamy, carbonatic, thermic ample is Mollisol. family of Typic Calciustolls. SUBORDER. Each order is divided into suborders Omarily on the basis of properties that influence soil R_genesis and are important to plant growth or properties -'tat reflect the most important variables within the ��� Series and their morphology rders. The last syllable in the name of a suborder In this section, each soil series recognized in the e*�idicates the order. An example is Ustoil (Ust, meaning survey area is described. The descriptions are arranged i humt, plus oll, from Mollisol). in alphabetic order. GREAT GROUP. Each suborder is divided into great Characteristics of the soil and the material in which it [-roups on the basis of close similarities in kind, formed are identified for each series. The soil is arrangement, and degree of development of pedogenic compared with similar soils and with nearby soils of orizons; soil moisture and temperature regimes; and other series. A pedon, a smalt three-dimensional area of ase status. Each great group is identified by the name soil, that is typical of the series in the survey area is f a suborder and by a prefix that indicates a property of described. The detailed description of each soil horizon the soil, An example is Calciustoils (Calc, meaning follows standards in the Soil Survey Manual (3). Many of alcareous, plus ustoll, the suborder of Mollisols that the technical terms used in the descriptions are defined gave an ustic moisture regime). SUBGROUP. Each great group has a typic subgroup. in Soil Taxonomy ( ). Unless otherwise stated, colors in Other subgroups are intergrades or extragrades. The the descriptions are for dry soil. Following the pedon !plc is the central concept of the great group; it is not description is the range of important characteristics of necessarily the most extensive, lntergrades are the soils in the series. vansitions to other orders, suborders, or great groups. The map units of each soil series are described in the Extragrades have some properties that are not section "Detailed sail reap units." "epresentative of the great group but do not indicate -ansitions to any other known kind of soil. Each Aledo Series subgroup is identified by one or more adjectives preceding the name of the great group. The adjective The Aledo series consists of well drained, very shallow `ypic identifies the subgroup that typifies the great and shallow soils on uplands. These soils formed in ,group. An example is Typic Calciustolls. fractured limestone bedrock. Slope ranges from 1 to 20 FAMILY. Families are established within a subgroup on percent. ..&he basis of physical and chemical properties and other Typical pedon of Aledo gravelly clay loam, 1 to 8 :haracteristics that affect management. Mostly the percent slopes; from the intersection of North Loop 820 .,roperties are those of horizons below plow depth where and Interstate Highway 35W, this pedon is 1.5 miles there is much biological activity. Among the properties north on Interstate Highway 35W, 1.6 miles west, 2.59 —%.nd characteristics considered are particle-size class, miles north, and 150 feet east of a road, in rangeland: 84 Soil survey All—0 to 7 inches; brown (10YR 413) gravelly clay much as 5 millimeters in diameter; calcareous; loam, dark browns (10YR 313) moist; strong fine moderately alkaline; clear smooth boundary. blocky structure; hard, friable, sticky and plastic; 132-6 to 23 inches; fight brownish gray (2.5Y 6/2) silty many fine and medium roots; common medium clay loam, brown (10YR 513) moist; strong fine pores; common wormcasts; few black concretions 1 subangular blocky structure; hard, friable; common millimeter to 2 millimeters in diameter; calcium fine.and medium roots; common fine pores; carbonate equivalent is 44 percent; about 20 common wormcasts; few fine concretions of calcium percent fragments of limestone 2 to 30 millimeters carbonate; few fragments of limestone 2 to 5 in diameter; calcareous; moderately alkaline; clear millimeters in diameter; calcareous; moderately irregular boundary. alkaline; gradual smooth boundary. Al2-7 to 17 inches; brown (10YR 413) very gravelly B3ca-23 to 36 inches; light gray (10YR 712) silty clay clay loam, dark brown (10YR 313) moist; strong fine learns, pale brown (10YR 613) moist; moderate very granular and blocky structure; hard, friable, sticky fine and fine subangular blocky structure; hard, and plastic; common fine roots; common medium friable; few fine roots; few fine concretions of pores; common wormcasts; calcium carbonate calcium carbonate; common threads of calcium equivalent is 54 percent; about 60 percent carbonate; few stratified platy fragments in lower fragments of limestone 2 millimeters to 15 pad; calcareous; moderately alkaline; gradual centimeters in diameter; calcareous; moderately smooth boundary. alkaline; abrupt wavy boundary. C--36 to 48 inches; very pale brown (10YR 713) R-17 to 24 inches; bedded limestone that is coarsely stratified silty clay loam, light yellowish brown (10YR fractured; roots and soil material in fractures. 614) moist; massive; hard„ friable; few fine and medium roots; many bedding planes; calcareous; The solum and depth to hard or indurated, coarsely moderately alkaline. fractured limestone range from 8 to 20 inches in The solum ranges from 35 to 65 inches in thickness. thickness. The average content of limestone fragments t lcium carbonate The caonae is 15 to 30 percent in the A11 horizon and 40 to 80 equivalent below a depth of 10 percent in the Alt horizon. The fragments are mostly inches is 40 to 70 percent. Coarse fragments of less than 6 inches across the long axis. The calcium limestone and chert gravel make up 0 to 5 percent of carbonate equivalent throughout the solum is 40 to 75 the solum. percent. The A horizon is dark grayish brown, grayish brown, The A horizon is grayish brown, dark grayish brown, brown, yellowish brown, light brownish gray, or light very dark grayish brown, brown, or dark browse. The At 1 yellowish brown. The dark grayish brown and brown horizon is gravelly loam or gravelly clay loam, and the horizons are less than 10 inches thick. Al2 horizon is very gravelly loam or very gravelly clay The B horizon is light brownish gray, light gray, loam. yellowish brown, pale brown, light yellowish brown, Very The R layer is coarsely fractured limestone. It is Pale brown, or pale yellow silty clay loam or clay loam. y y The C horizon is light yollowish hrown nr very (rale interbedded with layers of weakly cemented limestone brown, stratified and platy silty clay loam or clay loam. and marly and loamy soil material. The R layer can generally be cut with conventional ripping equipment. Aquilla series Altoga serf's The Aquilla series consists of somewhat excessively drained, deep, sandy soils on uplands. These soils The Altoga series consists of well drained: deep and formed in sandy alluvial sediment on stream terraces. moderately deep, loamy soils that formed in sediment of Slope ranges from 1 to 5 percent. ancient stream terraces on uplands. Slope ranges from 5 Typical pedon of Aquilla loamy fine sand, 1 to 5 to 12 percent, percent slopes; from the west end of the bridge crossing Typical pedon of Altoga silty clay loam, 5 to 12 Lake Worth on Texas Highway 199, this pedon is 700 Percent slopes; from the intersection of Southeast Loop feet northwest, in a city park: 620 and interstate Highway 20, this pedon is 7.2 miles east on Interstate Highway 20, 2.3 miles south on county Ap-0 to 3 incises; brown (10YR 513) loamy fine sand. road, 2.4 miles east, 0.5 mile south, 2.4 miles southeast, dark brown OOYR 313) moist; weak medium f and 200 feet east on the road: granular structure; loose, very friable; common medium roots; mildly alkaline; clear smooth Al-0 to 6 inches, light yellowish brown (2.5Y 6l4) silty boundary. clay loam, light olive brown (2.5Y 514) moist; Al-3 to 6 inches; yellowish brown (10YR 514) loamy moderate fine subangular blocky structure; hard, fine sand, dark brown (10YR 413) moist; single friable; many fine and medium roots; common grained; loose, very friable; common fine rants; wormcasts; common fragments of limestone as mildly alkaline; gradual smooth boundary. Soil Survey and fine sandy loam are common. They all can be These objectives can be achieved by growing coal present in a mapped area. Arents are mainly calcareous season legumes and leaving crop residue on the and moderately alkaline, but may have a few strata that surface. are neutral or mildly alkaline. This soil is also well suited to use as pastureland. The root zone is deep. These soils are moderately Improved bermudagrass, weeping lovegrass, kleingrass, k productive if fertilizer is added to offset the loss of switchgrass, arrowleaf clover, and vetch are suitable. organic matter. Because they are lower than the Proper management includes weed control, fertilizing surrounding landscape, some areas of this map unit with nitrogen and phosphorus, and controlled grazing. have ponded water for short periods. The Bastsil soil is well suited to most urban and These soils are mainly used as pastureland or for recreation uses. It has no limitation that cannot be easily urban development. A few areas have been used for overcome. sanitary landfills, and a few have not been smoothed Areas of this map unit furnish an abundance of woody and reclaimed. The soils are well suited to use as and herbaceous plants that provide excellent food and pastureland. Reclaimed areas are well suited to cover for deer, quail, and doves, improved bermudagrass, weeping lovegrass, kleingrass, This soil is in capability subclass Ile and the Sandy switchgrass, vetch, and singletary peas. 'roam range site. Reclaimed areas of this map unit are moderately suited to use as cropland. Low natural tertiiity; wet, 10—Bastsil-Urban land complex* D to 5 percent depressed areas; and soil blowing are limitations. slopes. The soil in this complex is deep and nearly level Leaving crop residue on the surface helps to control and gently sloping. It is on high terraces above the flood erosion and to improve soil tilth. plains of major streams. Areas are subrounded and These soils are well suited to urban and recreation range from 5 to more than .200 acres. uses. Controlling outside runoff and smoothing and The complex is about 46 to 60 percent Bastsil soil, 15 shaping are necessary in most places. Areas that have to 40 percent Urban land, and as much as 25 percent been used for sanitary landfills are not suited to urban other soils. The Bastsil soil and Urban land are so development, intricately mixed that it is not practical to map them Areas of this map unit furnish an abundance of woody separately. and herbaceous plants that provide excellent food and Typically, the surface layer of the Bastsil soil is slightly cover for deer, quail, and doves. acid, pale brown sandy loam about 11 inches thick. The These soils are in capability subclass Ne and the subsoil, from a depth of 11 to 56 inches, is slightly acid, Sandy Loam range site. sandy clay loam that is yellowish red in the upper part and red in the lower part. From a depth of 56 to 80 9—Bastsil fine sandy loam, 0 to 3 percent slopes, inches, it is neutral, yellowish red sandy clay loam. This deep, nearly level and gently sloping soil is on high The Bastsil soil is well drained. Permeability is terraces above the flood plains of major streams. Areas moderate, and available water capacity is high. Runoff is are subrounded and range from 5 to 65 acres. medium, and the hazard of erosion is moderate. The root Typically, the surface layer is slightly acid, pale brown zone is deep and easily penetrated by plant roots. fine sandy loam about 11 inches thick. The subsoil, from The Urban land part of the complex is covered by a depth of 11 to 56 inches, is slightly acid sandy clay dwellings, small businesses, and apartments and loam that is yellowish red in the upper part and red in adjoining streets, driveways, sidewalks, parking leets, and the lower part. From a depth of 56 to 80 inches, it is other structures. These areas have been altered to the neutral, yellowish red sandy clay loam. extent that classification is not practical. This soil is well drained. Permeability is moderate, and Included with this complex in mapping are small areas available water capacity is high. Runoff is medium, and of Rader soils in depressions and larger areas of the the hazard of erosion is slight. This soil responds well to closely similar Silawa soils. These included soils snake fertilizer. It is easily worked throughout a wide range of up as much as 25 percent of any one mapped area. r moisture conditions. The root zone is deep and is easily The Bastsil soil is well suited to most urban uses. Law G penetrated by plant roots. Some accessible areas are strength, which affects roads and streets, is the main strip mined for the sand and gravel below the soil. limitation. This limitation, however, can be overcome by Included with this soil in mapping are small areas of good design and careful installation. Rader, Silawa, and Mabank soils. Rader and Mabank This sol is well suited to recreation uses. In a few soils are in depressions. Silawa soils are in higher areas, slope is the main limitation. Woody plantings positions. These included soils make up as much as 15 provide food and cover for wildlife. tr percent of some areas. This complex is not in a capability subclass or range This Bastsil soil is well suited to use as cropland. site. Small grains, orchards, and truck crops are grown in some areas. The major objectives of management are to 11•--Birome fine sandy loam, 1 to 5 percent slopes. �' prevent soil Blowing and to maintain tilth and fertility. This moderately deep, gently sloping, loamy sail is on grant County. Texas 85 1-6 to 28 inches; reddish yellow (7.5YR 6/6) loamy medium and coarse blocky structure; extremely fine sand, strong brown (7.5YR 516) moist; single hard, very firm; common fine and medium roots; grained; loose, very friable; few fine roots; sand many thick clay films; few black masses; few grains are coated; neutral; gradual smooth pebbles of ironstone; many pressure faces; boundary. extremely acid; gradual wavy boundary. $Bt-28 to 80 inches; pink (7.5YR 714) loamy fine B23t-30 to 36 inches; yellowish brown (10YR 514) clay, sand, brown (7.5YR 514) moist; about 15 percent dark yellowish brown (10YR 414) moist; common reddish yellow (5YR 616), yellowish red (5YR 516) medium distinct brown (10YR 413) and light moist, sandy loam lamellae 3 to 20 millimeters thick; brownish gray (2.5Y 6/2) mottles; extremely hard, single grained between the lamellae and weak fine very firm; common medium roots; common black subangular blocky structure in the lamellae; very masses; common pressure faces; extremely acid; friable; few fine roots; lamellae have clay bridging clear smooth boundary. the sand grains; neutral. Cr---36 to 56 inches; gray (10YR 6/1) and light brownish gray (2.5Y 612) shale interbedded with brownish The solum ranges from 70 to more than 90 inches in yellow (10YR 6/6) and reddish yellow (7.5YR 616) Ickness. Reaction ranges from slightly acid to mildly weakly cemented sandstone strata 1 centimeter to 3 kaline. centimeters thick; massive; very hard, firm; few fine The A horizon is brown, yellowish brown, pale brown, and medium roots in upper part; very strongly acid. ht yellowish brown, very pale brown, or pink. The solum ranges from 20 to 40 inches in thickness. The B1 horizon is yellowish brown or reddish yellow The A horizon is dark grayish brown, brown, or e sand or loamy fine sand. yellowish brown, and reaction ranges from medium acid The A2 part of the A2&Bt horizon is light brown or to neutral. Ftk fine sand, loamy sand, or loamy fine sand. The Bt The B21 t and B221 horizons are red, yellowish red, is yellowish red or reddish yellow, thin lamellae that reddish yellow, or reddish brown. Mottles of yellowish eke up 10 to 30 percent of the horizon. The lamellae red, brown, strong brown, light brownish gray, or gray generally discontinuous and are less than 2.5 range from none to common in the upper part of the B2t ntimeters thick. horizon and from few to common in the lower part of the B2t horizon. Reaction ranges from extremely acid to ubrey series medium acid. The Aubrey series consists of well drained, moderately The B23t horizon is red, yellowish red, reddish yellow, reddish brown, yellowish brown, light brownish gray, p, loamy sails on uplands that formed in acid shale strong brown, or light gray. Mottles of red, yellowish red, ntaining thin bands of interbedded sandstone. Slope gray, light brownish gray, and light gray range from ges from 5 to 15 percent. common to many. Reaction ranges from extremely acid Typical pedon of Aubrey fine sandy loam, in an area of to strongly acid. come-Aubrey-Rayex complex, 5 to 15 percent slopes; The Cr horizon is mostly clayey shale or shale and is m the intersection of Texas Highway Spur 103 and mottled in shades of red, brown, gray, and yellow. Strata Orth Loop 382 in the town of Grapevine, this pedon is of sandstone 1 centimeter to 8 centimeters thick are .6 mile west on North Loop 382, 1.6 miles north on interbedded in some pedons. dove Road, 1,400 feet west, and 400 feet south, in a wooded area: Bastsil series A1---4 to 5 inches; brown (10YR 5/3) fine sandy loam, brawn (10YR 413) moist; moderate fine granular and The Bastsil series consists of well drained deep, loamy subangular blocky structure;. hard, friable; common sails on uplands. These soils formed in loamy alluvium on ancient terraces. Slope ranges from 0 to 5 percent fine, medium, and large roots; common medium pores; common wormcasts; few pebbles of fi 23 { Typical pedon of Bastsil fine sandy loam, 0 to 3 ironstone 2 millimeters to 1 centimeter in diameter; percent slopes; from the intersection of Texas Highway slightly acid; abrupt wavy boundary. 199 and Farm Road 730 in the town of Azle, this pedon 21t-5 to 16 inches; yellowish red (5YR 5/6) clay, dry is 2.04 miles north on Farm Road 730, 0.8 mile east on and moist; moderate and strong line and medium Timber Lake Road, 4.51 mile south, and 1,000 feet south blocky structure; extremely hard, very firm; common of end of the road, in a Girl Scout Camp. fine and medium roots; many thick clay films; common pebbles of ironstone; many pressure faces; Ap-0 to 11 inches; pale brown (10YR 613) fine sandy extremely acid; gradual wavy boundary. loam, brown (14YR 413) moist; weak fire and B22t-16 to 30 inches; reddish brown (5YR 514) clay, medium subangular blocky structure; slightly hard, dry and moist; common medium distinct light very friable; common grass roofs; few wormcasts; brownish gray (10YR 612) mottles; moderate slightly acid. clear smooth boundary. 86 Soil survey 4 few wormcasts; few fine and medium pores; t common thin patchy clay films; few fine black masses; slightly acid; gradual smooth boundary. A ►�� Bt&A'2-56 to 80 inches;. yellowish red (5YR 5/8) sandy • clay loam, yellowish red (5YR 4/6) moist; weak _ coarse prismatic structure parting to weak medium subangular blocky; very hard, firm; few fine and medium roots; few wormcasts; few fine pores;. many thick.reddish clay films on faces of prisms; few light gray (10YR 712) clay flows and very pale brown (10YR 713) sand grains 1 millimeter to 3 millimeters thick; neutral. The sol tm ranges from 60 to more than 80 inches in thickness. The clay content within the control section is 22 to 35 percent. The A horizon is brown, pale brown, fight yellowish L brown, or light brown. It is 7 to 18 inches thick. The E321 horizon is brown, reddish brown, red, light red, 4 reddish yellow, or yellowish red loam, sandy clay loam, or clay loam. Mottles are of similar color, and some mottles are dark red. Reaction ranges from medium acid to neutral. The Bt&.A'2 horizon has a reddish matrix of clay loam or sandy clay loam and grayish coatings of sand, silt, and clay on faces of prisms and peds. The coatings are. 1 millimeter to 4 millimeters thick, Reaction ranges from medium acid to neutral. girome series The 8irome series consists of well drained, moderately I deep, loamy soils on uplands. These soils formed in weakly cemented sandstone. Slope ranges from 1 to 15 percent. Typical pedon of Birome fine sandy loam, 1 to 5 percent slopes, from the intersection of Interstate Highway 35W and South Loop 820 in the city of Fort Worth, this pedon is 5.9 miles south on Interstate Highway 35W, 6.1 miles east on Farm Road 1187, and 100 feet south. Figure 23.—A profile of Bastsil fine sandy loam, 4 to 3 percent slopes, showing prismatic st•aucture in Ap-0 to 3 inches; brown (7-5YR 514) fine sandy loam, the upper part of the subsoil. dark brown (7-5YR 4/4) moist; weak medium subangular blocky structure; hard, friable; few fine and medium roots; about 10 percent by volume B21 t-11 to 30 inches; yellowish red (5YR 516) sandy sandstone fragments as much as 3 inches across clay loam, yellowish red (5YR 416) moist; weak long axis; neutral; clear smooth boundary. medium prismatic structure parting to moderate A2-3 to 9 inches; fight brown (7.5YR 6/4) fine sandy f-- medium subangular blocky; very hard, firm; common loam, brown (7.5YR 514) moist; weak fine granular fine and medium roots; common wormcasts; structure; hard, triable; few fine roots; 5 to 10 common fine and medium pores; common thin percent by volume sandstone fragments as much as patchy clay films on (aces of peds and bridging sand 3 inches across long axis; neutral; clear smooth grains; slightly acid; gradual smooth boundary. boundary. B2211--30 to 56 inches; red (2.5YR 516) sandy clay loam, B21 t-9 to 15 inches; red (2.5YR 416) clay, dry and red (2.5YR 416) moist; weak coarse prismatic moist; moderate medium prismatic structure parting a structure parting to moderate medium subangular to moderate medium blocky; very hard, very firm, blocky; very hard, firm; few fine and medium roots; sticky and plastic; few fide roots; many thick dark 22 Sall survey 15—Solar clay learn, 3 to 5 percent slopes. This 16—Bolar-Urban land complex, 1 to 5 percent moderately deep, gently sloping, loamy sail is on convex slopes. The soil in this complex is moderately deep and ridges and upland slopes_ Areas are tong and narrow gently sloping. It is on convex ridges and side slopes. and range from 8 to about 100 acres. Slopes average about 3 percent. Areas are subrounded Typically, the surface layer is moderately alkaline, dark and range from 20 to more than 100 acre& grayish brown clay loam about 8 inches thick. The This complex is 30 to 70 percent Bolar soil, 15 to 50 subsoil, from a depth of 8 to 31 inches, is brownish, percent Urban land, and less than 20 percent other soils. moderately alkaline clay loam. Below that to a depth of The Bolar soil and Urban land are so intricately mixed 41 inches is fractured limestone interbedded with clayey that it is not practical to map them separately. marl. This soil is well drained, Permeability is moderate, and Typically, the surface layer of the Bolar soil is available water capacity is low. Runoff is medium, and moderately alkaline, dark grayish brown clay loam about the hazard of erosion is moderate. Some sensitive plants 8 inches thick. The subsoil from a depth of 8 to 31 are affected by chlorosis because of the high content of inches, is moderately alkaline, brownish clay loam that calcium carbonate.. The root zone is moderately deep has common limestone fragments. Below that is and is easily penetrated by plant roots. fractured limestone interbedded with light yellowish Included with this soil in mapping are small areas of brown clayey marl. Aledo soils over narrow bands of fractured limestone, The Bolar soil is well drained. Permeability is Sanger soils near heads of drainageways, and soils moderate, and available water capacity is low. Runoff is similar to this Bolar soil but that have more than 35 medium, and the hazard of erosion is moderate. The root, percent by volume limestone fragments in the subsoil. A zone is moderately deep and is easily penetrated by few areas of sloping Bolar soils are included. These plant roots. Some plants are subject to chlorosis included soils make up as much as 20 percent of some because of the high concentrations of calcium mapped areas. carbonate. This Bolar soil is moderately suited to use as The Urban land part of this complex consists of pastureland The high time content of the subsoil and the dwellings, small businesses, and apartments and low available water capacity limit production. Improved adjoining streets, sidewalks, patios, driveways, and bermudagrass, kleingrass, switchgrass, vetch, and parking lots. Some areas have been disturbed by cutting, singletary peas are suitable. Fertilization, weed control, grading, and filling during construction. These and controlled grazing are needed to produce good construction activities have altered the soil to the extent yields. that classification is not practical in many areas. This soil is also moderately suited to use as cropland. Included with this complex in mapping are small areas Low available water capacity and runoff limit production. of Aledo soils near areas of rock outcrop and Sanger Terracing and farming on the contour help to slow runoff soils on foot slopes. These included soils make up less _ and to allow more water to eater the soil. Grassed than 20 percent of any mapped area. waterways are needed for safe removal of excess terrace water. Growing closely spaced crops, such as The Bolar soil is moderately suited to urban uses. small grains, and leaving the residue on the surface help Depth to rock, low strength affecting streets and roads, to control erosion and to improve soil filth_ and corrosivity to uncoated steel are the main limitations' The Bolar soil is moderately suited to most urban The rock layer limits the amount of grading and leveling uses. Depth to rock, shrinking and swelling with changes that can be easily done and restricts downward in moisture, and corrosivity to uncoated steel are the movement of water. Septic tank filter field systems can main limitations_ The rock layer limits the amount of be used, if the absorption area is the proper size. grading and leveling that can be easily done and Seepage can occur, however, on steeper areas. The restricts downward movement of water. Seepage from Bolar soil is moderately suited to recreation use. The septic tank absorption fields may occur on steeper clay loam surface and slope are the mains limitations. areas. Woody plantings provide food and cover for songbirds This soil is moderately suited to most recreation uses This complex is not in a capability subclass or range (fig. 10). Slope, depth to rock, and the clay loam surface site. are the main limitations. Use of loamy fill material and maintaining a good grass cover can help overcome the 17---Brackett clay loam, 3 to 8 percent slopes. This limitation of the sticky surface during wet periods. shallow, gently sloping and sloping, loamy soil is on Areas of this map unit are preferred by quail and convex ridges and side slopes (fig. 11). Areas are weakly. ground-nesting birds because the ground cover and fond benched and elongated. They range from 10 to 45 are excellent. acres. Slopes average about 5 percent. This soil is in capability subclass Ilte and the Cfay Typically, the surface layer is moderately alkaline, light Loam range site_ brownish gray clay loam about 4 inches thick. The t County, Texas 87 rid (2.5YR 316) clay films; medium acid; gradual A1--0 to 8 inches; dark grayish brown (10YR 412) clay srrtooth boundary. loam, very dark grayish brown (1OYR 312) moist; 15 to 25 inches; yellowish rad (SYR 5/6) clay modiarate vary fine subangular blocky structure; loam, yellowish red (5YR 416) moist; common fine hard, friable, sticky and plastic; many fine and distinct strong brown (7.5YR 516) mottles; moderate medium roots; common medium pores; many medium prismatic structure parting to moderate wormcasts; few fine rounded fragments of coarse blocky; very hard, very firm, sticky and limestone; few shell fragments; calcareous; plasfic; few fine roots; many thick red (2.5YR 416) moderately alkaline; cfear smooth boundary, lay films on surface of peds; strongly acid; gradual B21-8 to 13 inches; brown (10YR 5i3) clay loam, dark smooth boundary. brown (10YR 313) moist; strong very tine subangular 25 to 35 inches; reddish yellow (7.5YR 6/6) clay blocky structure; hard, friable, sticky and plastic; warn, strong brown (7.5YR 516) moist; common common fine and medium roots; common fine and edium distinct red (2.5YR 418) mottles; moderate medium pores; common wormcasts; common odium prismatic structure parting to moderate coatings on ped faces of very dark grayish brown medium blocky; very hard, firm, sticky and plastic; (10YR 312); common fine concretions of calcium flew fine roots; many thick clay films; strongly acid; carbonate; common fragments of limestone and abrupt smooth boundary. shells; 50 percent calcium carbonate equivalent; few 5 to 50 inches; weakly cemented fractured reddish fragments of ironstone; calcareous; moderately sandstone in upper part that decreases in amount of alkaline; gradual smooth boundary. fracturing as depth increases; clay flows and roots 822ca-13 to 24 inches; pale brown (10YR 6/3) clay penetrate fractures; sandstone hardens when loam, brown (10YR 513) moist; strong very fine exposed; strongly acid. subangular blocky structure; hard, friable, sticky and plastic; common fine roots; common fine and e solum is 20 to 40 inches thick over weakly medium pores; many wormcasts; common ented, fractured sandstone. Ironstone pebbles and concretions of calcium carbonate 1 millimeter to 2 fragments of sandstone as much as 6 inches ii millimeters in diameter, common threads of calcium titer make up 0 to 15 percent of the surface_ carbonate; common fragments of limestone and e Ap horizon is dark brown, brown, or dark grayish shells; 54 percent calcium carbonate equivalent; n. The A2 horizon, where present, is light yellowish calcareous; moderately alkaline;. gradual smooth n, light brown, or pate brown. Reaction ranges from boundary. tum acid to neutral throughout the A horizon. B3ca-24 to 31 inches; light yellowish brown (2.5Y 614) The B21t horizon is red, reddish yellow, or yellowish loam, light olive brown (2.5Y 514) moist; moderate clay or sandy clay. It is strongly acid or medium acid. very fine subangular blocky structure; slightly hard, very friable; few fine roots; common fine and the 922t horizon is yellowish red, reddish yellow, or medium pores; few wormcasts; common fine and clay, sandy clay, or clay loam. Many pedons are medium concretions of calcium carbonate; many ttled in these colors and in dark red. Reaction is masses of powdery calcium carbonate; common ongiy acid or medium acid. threads of calcium carbonate; about 15 percent by The B23t horizon is red, reddish yellow, or yellowish volume fragments of limestone 0.5 centimeter to 3 or is mottled in red, yellowish red, strong grown, centimeters in diameter; 59 percent calcium dish yellow, or light yellowish brown, It is clay, sandy carbonate equivalent; calcareous; moderately 1r3ty, or clay loam that is strongly acid or medium acid. alkaline; gradual smooth boundary. The Cr horizon is made up of reddish or yellowish R---31 to 41 inches; fractured limestone interbedded with actured, weakly cemented sandstone strata that is clayey marl; few roots in fractures and between �hterbedded with shale and clay in some places. The limestone strata. >hactured sandstone has a hardness of less than 3 on ohs' scale. The solum is 20 to 40 inches thick. Limestone fragments extend below the A horizon and range from a Solar series few to as much as 35 percent by volume. The calcium carbonate equivalent below a depth of 10 inches and to The Bolar series consists of well drained, moderately the R layer exceeds 40 percent. deep, loamy soils on uplands. These soils formed in The A horizon is dark grayish brown, dark brown, or interbedded fractured limestone and marl. Slope ranges brown. from 1 to 20 percent. The B horizon is brown, pale brown, very pate brown, Typical pedon of Solar clay loam, 3 to 5 percent grayish brown, light brownish gray, light yel,owish brown, slopes; from the intersection of West Loop 820 and or pale yellow loam, clay loam, or silty clay loam, Interstate Highway 20 in the city of Fort Worth, this The R layer is interbedded fractured limestone and pedon is 0.9 mile west on a service road of Interstate clayey marl. Thin layers of fractured shale are in some Highway 20, and 50 feet north, in rangeland:. pedons. 28 Soil survey made across the slope. Permeability restricts the use of outlets. Growing crops that produce large amounts of this soil for septic tank absorption fields. Because of the residue and leaving the residue on the soil help to clayey texture, deep, wide cracks form when the soil is improve tilth, control erosion, and conserve soil moisture. dry. Growing deep rooted, warm or cool season legumes Areas of this map unit are inhabited by coyote, rabbits, helps to control erosion and improve tilth and fertility. quail, and doves_ Few deer come to these areas. The soils in this complex are moderately suited to This soil is in capability subclass Vie and the Eroded most urban uses. The limitations are shrinking and Blackland range site. swelling with changes in moisture, corrosivity to uncoated steel, and soil slippage. These limitations can 25--Ferris-Heiden complex, 2 to 5 percent slopes. only be partly overcome by good design and careful The soils in this complex are deep, gently sloping, and installation. These soils are poorly suited to septic tank clayey. They are on convex ridges and side slopes absorption fields because of very slow permeability and shove. drainageways. Areas are elongated to long and are poorly suited to most recreation asses. The main "" narrow. They range from 8 to about 95 acres. In limitations are permeability, slope, and the clayey texture undisturbed areas, the surface is characterized by gilgai that causes the soil to have deep, wide cracks when dry microrelief, consisting of microknolls and and to be sticky when wet.. microdepressions. Areas of this map unit are inhabited by coyote, rabbits, This complex is about 50 percent Ferris soil, about 45 quail, and doves. Few deer come to these areas. percent Heiden soil, and about 5 percent other soils that This complex is in capability subclass IVe. The Ferris are similar. These soils are in such intricate patterns that soil is in the Eroded Blackland range site, and the it is not practical to map them separately. Heiden soil is in the Blackland range site. Typically, the Ferris soil is moderately alkaline clay to 26—Frio silty clay, occasionally flooded. This deep, a depth of about 60 inches. The upper part is dark nearly level, clayey soil is on flood plains of major grayish brown, grading to light yellowish brown in the streams {fig. 13). It is flooded every 3 to 15 years for lower part. Below that is stratified shale. several hours each time. Areas are longer than they are Typically, the Heiden soil is moderately alkaline clay to wide. They range from 5 to about SOD acres. Slopes a depth of about 64 inches. It is dark grayish brown in range from 0 to 2 percent but are mainly less than 1 the upper part, grading to yellowish brown in the lower percent. part. From a depth of 64 to 72 inches is shaly clay. Typically, the surface layer is moderately alkaline, very The soils in this complex are well drained. Permeability dark grayish brown silty clay about 15 inches thick. The is very slow, and available water capacity is high. When next layer is about 9 inches of moderately alkaline, dark -• the surface is dry and cracked, water enters the soil grayish brown silty clay. From a depth of 24 to 8t} inches rapidly. When the soil swells and the cracks close, water is moderately alkaline, brown silty clay loam. enters very slowly. Surface runoff is rapid, resulting in a This soil is well drained. Permeability is moderately severe hazard of water erosion. The soils are difficult to slow, and available water capacity is high_ Runoff is -� work during extremes in moisture conditions. The root slow, and the hazard of erosion is slight. The soil is zone is deep, but plant roots penetrate slowly, difficult to work during extremes in moisture conditions. Included with this complex in mapping are small areas -rhe root zone is deep and is easily penetrated by plant of Frio, Houston Black, Lott, and Navo soils. Frio soils roots_ are along small drainageways. Lott soils are on the crest Included with this soil in mapping are small areas of of ridges. Houston Black and Navo soils are on lower Ovan and Trinity soils. These soils are in slightly lower slopes and areas near drainageways. These included positions near the outer edges of the flood plain. A few soils make up about 5 percent of some mapped areas. areas have a loamy, overwashed surface layer. The The soils in this complex are mainly used as included soils make up as much as 20 percent of some pastureland, but some areas are still cultivated. These mapped areas. soils are well suited to use as pastureland. Improved This Frio soil is well suited to use as cropland. It is bermudagrass, switchgrass, kleingrass, johnsongrass, used for small grain, hay, and grain sorghum. The major sweetclover, and vetch are commonly grown. 'Pasture objectives of management are maintaining filth and management includes fertilization, weed control, and fertility. Growing deep rooted legumes and crops that controlled grazing, produce large amounts of residue helps to maintain tilth ^s These soils are moderately suited to use as cropland. and fertility. Grain sorghum, cotton, hay, and small grains are the This soil is well suited to use as pastureland. It is well main crops. Erosion has lowered the natural fertility in suited to improved bermudagrass, tall fescue, cultivated areas_ The main objects of management are indiangrass, kleingrass, switchgrass, vetch, and controlling erosion, improving filth and fertility, and singletary peas. Proper pasture management includes conserving soil moisture. Terracing and farming on the fertilization, weed control, and controlled grazing, contour help to slow runoff, thereby reducing erosion. The hazard of flooding is the main limitation for urban Grassed waterways are essential for stabilizing terrace uses. The soil is moderately suited to most recreation L Tarrant Gounty, Texas $ Ake _ I .,�t•.- kI A. 16 yi 4' J r f` Figure 13_—Forage sorghum on Frio silty clay, occasionally flooded_ Maloterre, Aledo, and Brackett soils, 3 to 20 percent slopes, are in the background behind the flood plain. uses.The silty clay surface is the main limitation. depth of 35 to 59 inches is moderately alkaline, grayish Because of flooding, fhis soil is poorly suited to use as brown clay loam. Below that to a depth of 72 inches is campsites. moderately alkaline, dark grayish brown silty clay. Areas of this map unit furnish excellent wildlife habitat This soil is well drained. Permeability is moderately for quail, doves, deer, squirrels, and raccoons. Many slow, and available water capacity is high. Surface runoff songbirds frequent the area for food, cover, and nesting. is slow, and the hazard of erosion is slight. The root This soil is in capability subclass Ilw and the Loamy zone is deep and is easily penetrated by plant roots. Bottomland range site. Included with this soil in mapping are small areas of Ovan and Trinity soils in lower positions near the outer 27—Frio silty clay, frequently flooded. This deep, edges of the flood plain. Also Included are soils near nearly level soil is on flood plains of major streams. It is stream channels that are less clayey than the Frio soil. flooded once to 3 times each year. The floods are very These included soils make up less than 20 percent of brief, lasting from a few hours to a day. Areas of this any mapped area. ,.. map unit are longer than they are wide. They range from This Frio soil is well suited to use as pastureland. It is 20 to 165 acres. Slopes range from 4 to 2 percent but well suited to improved bermudagrass, tall fescue, average less than 1 percent. indiangrass, kleingrass, and switchgrass. Proper Typically, the surface layer is moderately alkaline, dark management includes fertilization, weed control, and ""grayish brown silty clay about 35 inches thick. From a controlled grazing, N t County, Texas 91 g brown, yellowish brown, brownish yellow, and light siliceous pebbles, and few to common concretions of brown. It is stratified clay, shale, and weakly calcium carbonate. nted sandstone. In some pedons thin layers of The C horizon is pale brown, pale olive, light olive material are between the clay and the shale brown, yellowish brown, pale yellow clay or shaly clay. Reaction ranges from neutral to moderately Many pedons are coarsely mottled in shades of brown, ine, and in some places the horizon is calcareous. gray, or olive. iris series Frio series e Ferris series consists of well drained, moderately The Frio series consists of well drained, deep, clayey and deep, cyclic, clayey soils on uplands. These soils on bottom lands. These soils formed in calcareous, formed in calcareous, clayey and shaly marine recent alluvium. Slope ranges from 0 to 2 percent_ ens. Slope ranges from 2 to 12 percent. Typical pedon of Frio silty clay, occasionally flooded; ical pedon of Ferris clay, 5 to 12 percent slopes; from the intersection of Interstate Highway 35W and the intersection of U.S. Highway 287 and Broad South Loop 820 in the city of Fort Worth, this pedon is t in the town of Mansfield, this pedon is 4.4 miles 6.1 miles west on South Loop 820 and 200 feet north, in t of Broad Street and 200 feet north, in rangeland: a flood plain of Clear Fork of the Trinity River; r O to 7 inches; dark grayish brown (2.5Y 412) clay, A11-0 to 15 inches; very dark grayish brown (10YR very dark grayish brown (2.5Y 312) moist; moderate 312) silty clay, very dark brown (10YR 212) moist; ` medium and fine blocky structure; extremely hard, moderate fine and medium blocky structure; very very firm, very sticky and plastic; common fine and hard, firm, sticky and plastic; common fine and medium roots; common wormcasts; few rounded medium roots; many wormcasts and channels,- and hannels;and fiat siiiceous pebbles 2 to 5 millimeters in common fine pores; few fragments of snail shells; diameter; common very fine concretions of calcium calcareous;. moderately alkaline; gradual smooth carbonate; calcareous; moderately alkaline; gradual boundary, wavy boundary. Al2-15 to 24 inches; dark grayish brown (10YR 4/2) 7 to 41 inches; light yellowish brown (2.5Y 6i4) silty clay, very dark grayish brown (10YR 312) moist; clay, light olive brown (2.5Y 514) moist; common moderate fine and medium blocky structure; very medium faint olive yellow (2.5Y 6/6) mottles; hard, firm, sticky and plastic; common fine and N moderate fine and medium blocky structure; medium roots; many wormcasts and channels; extremely hard, very firm, very sticky and plastic; common very fine pores; few fragments of snail few fine roots; common black concretions 1 shells; calcareous; moderately alkaline; gradual t millimeter to 4 millimeters in diameter; few siliceous smooth boundary. pebbles 5 to 10 millimeters in diameter; few A13--24 to 34 inches; brown (i OYR 4/3) silty clay loam, concretions and soft masses of calcium carbonate; dark brown (10YR 3/3) moist; moderate fine common coarse intersecting slickensides; few medium subangular blocky structure; very hard, firm, cracks filled with dark grayish brown clay; sticky acid plastic; few Pirie roots; currrmon calcareous; moderately alkaline; diffuse wavy wormcasts, common fine and medium pores; few boundary, threads and films of calcium carbonate;. few 1 to 60 inches; yellowish brown (10YR 518) clay, siliceous pebbles; few fragments of snail shells; d and moist; man coarse distinct light gray 2.5y calcareous, moderately alkaline; gradual smooth dry Y 9 9 y ( boundary. 712) and common medium faint light yellowish B2-34 to 80 inches; brown (10YR 513) silty clay loam, brown (2.5Y 614) mottles; massive; extremely hard, brown (10YR 413) moist; moderate fine and medium very firm, very sticky and plastic; few fine black subangular blocky structure; very hard, firm, sticky concretions; common shale fragments in lower part; and plastic; few fine roots; few wormcasts; common calcareous, moderately alkaline, fine and medium pores; many threads and films of The solum ranges from 34 to 60 inches in thickness. calcium carbonate; few fragments of snail shells; en the soil is dry, cracks 1 inch to 3 inches wide calcareous; moderately alkaline. end to a depth of more than 20 inches. The mollic epipedon ranges from 25 to 60 inches in The A horizon is dark grayish brown, grayish brown, thickness. The clay content makes up 35 to 50 percent 'brown, olive brown, or light olive brown. When the soil is to a depth of 40 inches. In some pedons, strata of loamy dry, pedons that have value of less than 6 and chroma or gravelly sediment are below a depth of 30 inches. in of 3 or less are less than 12 inches thick in more than some pedons the control section fs 5 to 15 percent by half of the pedon, volume chert and limestone gravel. The AC horizon is grayish brown, light brownish gray, The All 1, Al2, and A13 horizons are very darts grayish pale olive, or light yellowish brown- It has none to few brown, dark grayish brown, or brown. 92 Soil survey The B2 horizon is dark grayish brown, brown, yellowish (5YR 516) mottles; moderate coarse prismatic brown, or light yellowish brown silty clay loam, clay loam, structure parting to weak medium subangular blocky; or gravelly clay loam. common clay films on faces of prisms; many coarse black concretions and masses; few fragments of Gasil series sandstone; few pockets of uncoated sand grains; medium acid. The Gasil series consists of well drained, deep, loamy soils on uplands. These soils formed in loamy mate6ai The solum ranges from 60 to more than 100 inches in interbedded with sandstone. Slope ranges from 1 to 8 thickness. Ironstone gravel, fragments of sandstone, percent, black concretions, and soft masses make up 0 to about Typical pedon of Gasil fine sandy loam, 1 to 3 percent 5 percent of the solum. slopes; from the intersection of Interstate Highway 20 The thickness of the A horizon is 6 to 19 inches, The and U.S. highway 287 in the town of Arlington, this Al or Ap horizon is pale brown, brown, light yellowish pedon is 2.75 miles south on U.S. Highway 287 and 150 brown, or yellowish brown. Where an A2 horizon is feet east of the east service road: present, it is one to two units higher in value than the Ap horizon. Reaction ranges slightly acid to mildly alkaline. Ap—O to 6 inches; light yellowish brown (1OYR 614) fine The 132t horizon is brown, strong brown, reddish sandy loam, dark yellowish brown (10YR 4/4) moist; yellow, light yellowish brown, brownish yellow, very pale weak fine granular and subangular blocky structure; brown, yellowish brown, or yellow sandy clay loam or soft, very fnabie; common fine roots; few fine loam that has few to common mottles in shades of red, pebbles of ironstone; neutral; abrupt smooth yellow, and brown. The clay content of the upper 20 boundary. inches is 18 to 30 percent. In some pedons, gray clay Al2-6 to 10 inches; yellowish brown (10YR 514) fine flows and few pockets and streaks of uncoated sand sandy loam, dark yellowish brown (10Yf 414) moist; grains are below a depth of 50 inches. Reaction ranges weak fine and medium subangular blocky structure; from strongly acid to slightly acid. slightly hard, friable; common fine roots; few fine pebbles of ironstone; neutral; clear smooth Heiden series boundary. B21 t-10 to 17 inches; brown (7.5YR 514) sandy clay The Heiden series consists of well drained, deep, loam, dark brown (7.5YR 414) moist; common cyclic, clayey soils on uplands. These soils formed in medium faint brown (10YR 513) mottles; moderate alkaline, marine clay and material weathered from shale. coarse prismatic structure parting to weak fine Slope ranges from 1 to 5 percent. subangular blocky; hard, firm; common fine and Typical pedon of Heiden clay, 1 to 3 percent slopes; medium roots; common fine pores; common clay from the intersection? of Interstate Highway 20 and Farm films on faces of prisms; few fine pebbles of Road 157 in the town of Arlington, this pedon is 1.4 d ironstone; slightly acid; gradual smooth boundary. miles south on Farm Road 157, 0.3 mile east on Nathan B221-17 to 29 inches; brownish yellow (10YR 6/6) Crowe Road, and 150 feet north, in a field midway sandy clay loam, yellowish brown (I OYR 516) moist; between the center of a microknoil and the center of a common medium distinct strong brown (7.5YR 516) microdepression; 1 mottles; moderate coarse prismatic structure parting to weak medium subangular blocky; hard, firm; Ap-0 to 5 inches; dark grayish brown (2,5Y 412) clay, common fine roots; many fine pones; common clay very dark grayish brown (2.5Y 312) moist; weak fine films on faces of peds; few fine pebbles of blocky structure; extremely hard, very firm; very l ironstone; medium acid; gradual smooth boundary. sticky and plastic; common fine roots; few B231-29 to 53 inches; brownish yellow (1 OYR 6/6) wormcasts; few fine concretions of calcium sandy clay loam, yellowish brown (10YR 516) moist; carbonate; few black concretions 1 millimeter to 3 common medium distinct yellowish red (5YR 516) millimeters in diameter; few fine siliceous pebbles; mottles; moderate coarse prismatic structure parting calcareous; moderately alkaline; abrupt smooth to weak medium subangular blocky; few fine roots in boundary. upper part of horizon; common clay films on faces Al2-5 to 38 inches; dark grayish brown (2.5Y 412) clay, of prisms; common black concretions and masses; very dark grayish brown (2.5Y 312) moist; moderate few fragments of sandstone; few fine pockets of medium and coarse angular blocky structure parting uncoated sand grains; strongly acid; gradual smooth to mederate fine angular blocky; extremely hard, boundary, very firm, very sticky and plastic; few fine roots; few B24t--53 to 75 inches; brownish yellow (10YR 516) wormcasts; common tilted intersecting slickensides sandy clay loam, yellowish brown (10YR 516) moist; below a depth of 16 inches; common concretions of many medium distinct yellowish brown (10YR 514, calcium carbonate; few fine black concretions 1 518) and common medium distinct yellowish red millimeter to 3 millimeters in diameter; few fine 38 Soil survey 46—Maloterre, Aledo, and Brackett soils, 3 to 20 about 20 percent fragments of limestone and shells. percent slopes. These very shallow and shallow, gently Below that is indurated limestone containing many sloping to moderately steep soils are on uplands on imbedded fossil shells. The surface layer is gravelly loam slopes along drainageways (fig. 15). This map unit in some areas. consists of about 35 percent Maloterre soil, 30 percent Typically, the surface layer of the Aledo soil is dark Aledo soil, 20 percent Brackett soil, and 15 percent grayish brown gravelly clay loam about 7 inches thick. other soils and rock outcrops. Most areas contain the from a depth of 7 to 16 inches is brown very gravelly major soils, but the proportions vary from area to area. clay loam containing about 40 percent fragments of The Brackett soil is not ,present in some areas. The limestone and sheiks. Below that is limestone that is Maloterre soil is on upper slopes near limestone fractured and contains many imbedded fossil shells. This outcrops. Aledo and Brackett soi#s are mostly on mid soil is calcareous, and reaction is moderately alkaline and lower side slopes, but there are some scattered areas of these soils where beds of fractured or chalky throughout, The surface layer is gravelly loam in some limestone are near the surface. A few long, narrow areas. bands of limestone boulders and stone size fragments of Typically, the surface layer of the Brackett soil is limestone and shells are scattered on the surface. Areas grayish brown clay loam about 7 inches thick. The range from 40 to 600 acres. subsoil, from a depth of 7 to 14 inches is light brownish Typically, the surface layer of the Maloterre soil is gray gravelly clay loam. Below that to a depth of 28 brown gravelly clay loam about 7 inches thick that is inches is alternating layers of marl and chalky limestone l 16, 17 04 y " . y. Al . ..4 'jI "S i 'T Ar Frqure r5.—Scattered live oak trees on Maloterre. Aledo, and Brackett soils, 3 to 20 percent slopes. Tarrant County. Texas 39 that can be cut with a spade. This soil is calcareous, and Frio soils along narrow drainageways, Sanger soils along " reaction is moderately alkaline throughout. The surface foot slopes, and a few small areas of gently sloping layer is loam in some areas. It has varied amounts of Medlin soils. A few uncrossable gullies are present in coarse fragments, some areas. i hese included soils make up as much as The Maloterre soil is somewhat excessively drained, 15 percent of mapped areas. and the Aledo and Brackett soils are well drained. This Medlin soil is poorly suited to use as pastureland Maloterre and Brackett soils have moderately slow and cropland and for urban purposes. Slope, the severe permeability, and the Aledo soil has moderate hazard of erosion, gullies, shrinking and swelling with permeability. Because of the slopes, runoff is rapid, and changes in moisture, permeability, and corrosivlty to the hazard of erosions is severe. Available water capacity uncoated steel are limitations. Soil slippage is likely to Is very low. occur if deep cuts are made across the slope. Included with these soils in mapping are small areas of This soil is poorly suited to most recreation uses. The Aledo, Brackett, and Maloterre soils with slopes of more clay surface, slope, and permeability are limitations. than 20 percent; areas of limestone outcrops; areas of Areas of this map unit are regularly inhabited by doves soils that are similar to Brackett soils but that have more and quail. Deer frorn adjacent woods use the aburidarit coarse fragments or are underlain by indurated supply of forbs as a food supply. limestone; and small areas of Bolar and Sunev sails along foot slopes. These included soils and rock This soil is in capability subclass Vie and the Blackiand range site. outcrops make up 10 to 25 percent of most areas. Because of the very shallow and shallow rooting depth to limestone or marl, slopes, and the rock outcrops, the soils in this unit are used as rangeland. 48—Mingo clay loam, 1 to 3 percent slopes. This These soils are poorly suited to most urban uses. moderately deep, gently sloping soil is on convex Depth to limestone and the severe hazard of erosion are ridgetops. Areas are subrounded and range from about the main limitations. Good design and careful installation 12 to 75 acres. are needed to overcome these limitations. Typically, the surface layer is neutral, dark grayish The soils in this unit are poorly suited to most Brown clay loam about 5 inches thick. The subsoil, from recreation uses because of slope, the severe hazard of a depth of 5 to 25 inches, is brown clay that is neutral in erosion, depth to rock, and rock outcrops. Recreation the upper part and mildly alkaline in the lower part. From uses are mainly limited to picnic areas and paths and a depth of 25 to 31 inches, it is moderately alkaline, trails. brown clay. Below that is fractured, platy limestone. Areas of this map unit are used by doves and quail for This sail is well drained. Permeability is very slaw, and the food supply. Cover for protection is excellent. available water capacity is low, 9unoff is slow to The soils in this unit are in capability subclass VI Is. medium, and the hazard q# erosion is moderate. The root The Maloterre scall is in the Very Shallow range site. The zone. is moderately deep, but plant roots slowly Aledo soil in the 'Rocky Hills range site. The Brackett penetrate the underlying layers, The sail is difficult to soil is in the Steep Adobe range site, work during extremes in moisture conditions. Included with this soil in mapping are small areas of 47--Medlin clay, 5 to 15 percent slopes. This Lindale and Speck soils along the outer edges of the moderately deep and deep, sloping to moderately steep, mapped areas and Ponder soils in the lower, concave clayey soil is on side slopes of ridges (fig. 16). Areas are areas. These included soils make up as much as 15 long and narrow and follow the contour of the slope, percent of some mapped areas. Guilied, natural drainageways are common to most This Mingo soil is moderately suited to use as areas. Areas range from 15 to more than 200 acres. cropland. The major craps are grain sorghum and small Typically, the surface layer is moderately alkaline, grains. Depth to limestone limits available moisture. grayish brown clay about 9 inches thick. The next layer, Leaving crop residue on the soil helps to improve soil to a depth of about 33 inches, is moderately alkaline, tilth and conserve moisture. Growing deep rooted light olive brown clay. From a depth of 33 to 58 inches is Legumes helps to aerate the soil and adds nitrogen. moderately alkaline, light yellowish brown clay. The This soil is moderately suited to use as pastureland. underlying material to a depth of 67 inches is moderately Kleingrass, improved bermudagrass, weeping lovegrass, alkaline, grayish brown and light yellowish brawn, }ohnsongrass, and vetch are suitable. Proper pasture stratified shaly clay. management includes weed control, fertilization, and This soil is well drained_ Permeability is very slow, and controlled grazing. available water capacity is high. Runoff is rapid, and the The Mingo soif is moderately suited to rnost urban hazard of erosion is severe. Deep, wide cracks form uses. Depth to rack, corrosivity to uncoated steel, and when the soil is dry. The root zone is deep, but plant shrinking and swelling with changes in moisture are roots penetrate slowly_ limitations. Limestone bedrock is difficult to excavate. Included with this soil in mapping are small areas of -rhe soil is poorly suited to septic tank filter fields 98 Soil survey calcium carbonate are 5 to 15 percent by volume. The and ranges from medium acid to neutral. It is 6 to 9 amount of carbonates does not decrease appreciably inches thick. with depth The 821tg horizon is dark gray clay that ranges from medium acid to mildly alkaline. The lower part of the B horizon is grayish brown;, light brownish gray, light gray, Mabank series or gray clay. They have a few fine brownish mottles and range from neutral to moderately alkaline. The Mabank series consists of somewhat poorly drained, deep, loamy soils on uplands. These soils Maloterre Series farmed in clayey sediment. Slope ranges from 0 to 1 percent. Typical pedon of Mabank fine sandy loam, 0 to 1 The Maloterre series consists of somewhat excessively percent slopes; from the intersection of South Loop 820 drained, very shallow, foamy soils that formed in indurated limestone on uplands. Slope ranges from 3 to 20 percent. and Rendon Road in the town of Forest Hill, this pedon Typical pedon of Maloterre gravelly clay loam in an is 1.511 miles south on Rendon Road, and 3,65(1 feet east, a wooded area: area of Maloterre, Aledo, and Brackett soils, 3 to 20 percent slopes; from the intersection of Texas Highway A1---0 to 7 inches; grayish brown (10YR 512) fine sandy 199 and Farm Road 1886 in the town of Lakeside, this loam, dark grayish brown (1 OYR 412) moist; pedon is 1.8 miles west on Farm Road 1886, 2.4 miles south on Silver Creek Road, 0.78 mile west on a county massive; hard, triable; common fine and medium road, 600 feet south on a private road, and 40 feel west: roots; few wormcasts and channels; common fine and medium pores; few fine grown concretions; Al-0 to 7 inches; grown (10YR 5/3) gravelly clay loam, many white sand grains in lower 2 inches; slightly brown (1 CYR 413) moist; moderate fine subangular acid; abrupt wavy boundary. blocky structure; Hard, firm; many fine and large I B21 tg-7 to 29 inches; dark gray (10YR 411) clay, very roots; about 64 percent calcium carbonate dark gray (10YR 31i) moist; moderate medium equivalent; about 20 percent by volume fragments of blocky structure; extremely hard, very firm, very shells and limestone; calcareous; moderately sticky and plastic; few fine to large roots; few fine alkaline; abrupt smooth boundary, pores; many patchy clay films; few fine and medium R-7 to 10 inches; indurated limestone containing many black concretions; few pressure faces; medium acid; imbedded fossil shells, massive and unfractured; gradual wavy boundary, hardness of more than 3 on Mohs' scale. B221--29 to 66 inches; grayish brown (10YR 512) clay, dark grayish brown (10YR 412) moist; moderate The solum is from 3 to 10 inches thick. Gravel size coarse blocky structure; extremely hard, very firm, fragments of shelf and limestone make up 5 to 35 very sticky and plastic; few fine roots mostly percent by volume. The calcium carbonate equivalent is confined to ped faces; common pressure faces as 40 to 80 percent, much as 3 centimeters in diameter; common clay The A horizon is dark grayish grown, grayish brown, films; few medium black concretions; common brown, or very pale brown gravelly clay loam to gravelly strongly cemented concretions of calcium carbonate loam. In pedons where the value and chroma are less as much as 1 centimeter in diameter; mildly alkaline; than 3.5 moist, the A horizon is less than 4 inches thick. gradual wavy boundary. The R layer is indurated white limestone or 133-66 to 80 inches; light brownish gray (10YR 612) conglomerate limestone that has marry imbedded fossil clay, grayish brown (10YR 512) moist; common fine shells. distinct yellowish brown mottles; weak coarse blocky structure; extremely hard, very firm, very sticky and Medlin series plastic; few fine roots; many medium and large black concretions; few fine concretions of calcium The Medlin series consists of well drained, moderately carbonate; common vertical streaks as much as 1 deep to sleep, cyclic, clayey soils on uplands. These centimeter wide of darker clayey material; common soils formed in shaly and clayey, alkaline marine large pressure faces; mildly alkaline. sediment. Slope ranges from 5 to 15 percent. Typical pedon of Medlin clay, 5 to 15 percent slopes; The solum ranges from 60 to more than 80 inches in from the intersection of Interstate Highway 35W and thickness. The depth to concretions of calcium North Loop 820 in the city of Fort Worth, this pedon is carbonate is 24 to 35 inches. When the soil is dry, 7.06 miles north on Interstate Highway 35W, 0.4 mile cracks i centimeter or more wide form in the upper part west on Keller-Bfue Mound Road, 01.36 mile north on of the subsoil. Harmon Road, 0.23 mile west on Avondale School Road, The A horizon is dark grayish brown or grayish brown and 200 feet north, in a pasture: Tarrant County, Texas 45 Included with this complex in mapping are small areas The complex is about 50 to 60 percent Pulexas soil, ,of closely similar Crosstell and Navo soils and a few 15 to 30 percent Urban land, and about 25 percent srnall areas of somewhat poorly drained Wilson soils in closely similar Whitesboro soils and a few areas that are depressions. These included soils make up as much as from a few inches to 2 feet loamy fill material. This soil 15 percent of a mapped area. and Urban land are so intricately mixed that it is not The Ponder soil is moderately suited to most urban practical to map them separately, uses_ Shrinking and swelling with changes in moisture, Typically, the Pulexas soil is neutral, light yellowish corrosivity to uncoated steel, and permeability are brown and yellowish brown fine sandy loam containing Vimitations that can be partly overcome by proper design few to common thin strata of loam, loamy fine sand, and and careful installation. clay loam to a depth of 64 Inches. This soil is moderately suited to most recreation uses_ This soil is well drained. Permeability is moderately Slow permeability is the main limitation. rapid, and available water capacity is medium. Runoff is This complex is not in a capability subclass or a range slow, and the hazard of erosion is slight. The root zone site. is deep and is easily penetrated by plant roots. The Urban land part of the complex is covered by 59--Pulexas fine sandy loam, frequently flooded. small businesses, individual dwellings, apartments, golf This deep, nearly level soil is on narrow flood plains of courses, and parks and adjoining sidewalks, streets, and streams that are within and that drain sandy and loamy other structures. Some areas have been filled with areas. It is also on slight benches or overwashes above material from excavated chan6els and adjoining uplands. the more clayey soils on larger flood plains. The soil is These areas have been altered to the extent that flooded once or more every two years for brief periods, classification is not feasible_ Areas are elongated and range from 20 to about 200 Included with this complex in mapping are small areas acres. of closely similar Whitesboro soils and areas of loamy fill Typically, to a depth of 64 inches, this soil is neutral, material. These included soils make up as much as 25 light yellowish brown and yellowish brown fine sandy percent of any mapped area. loam containing thin. Loamy strata. The Pulexas soil is poorly suited to most urban uses_ This soil is well drained. Permeability is moderately The hazard of flooding is the major limitation_ Adequate rapid, and available water capacity is medium. Runoff is protection against this limitation is difficult to provide. slow, and the hazard of water erosion is slight. The root This soil is moderately suited to most recreation uses. zone is deep and is easily penetrated by plant roots, suited hazard suit l It is poorly sng,ed to use as campsites because of the Included with this soil in mapping are small areas of Whitesboro soils in slightly lower positions on the This complex is not in a capability subclass or range site. landscape and in depressions on the outer edges of the flood plain. These included soils make up less than 15 61---Purves clay, 0 to 3 percent slopes. This percent of any mapped area. shallow, nearly level and gently sloping, clayey soil is on This Pulexas soil is well suited to use as pastureland. ridgetops. Areas are elongated and range from 6 to Improved bermudagrass, switchgrass, singietary peas, about 235 acres. arrowleaf clover, and vetch are suitable. Fertilization, Typically, the surface layer is moderalefy alkaline, daik controlled grazing, and weed control are needed to grayish brown clay to a depth of 7 inches. From a depth maintain high forage yields. of 7 to 15 inches is moderately alkaline, brown clay. This soil is poorly suited to use as cropland and for Below that is fractured limestone interbedded with clayey urban and recreation purposes because of the hazard of marl. flooding. This limitation can be overcome only by major This soil is well drained. Permeability is moderately flood control. slow, and available water capacity is very low. Surface Areas of this map unit furnish excellent wildlife habitat runoff is slow to medium, and the hazard of erosion is for quail, doves, deer, squirrels, and raccoons. Many moderate. This soil has good tilth and can be easily songbirds frequent the area for food, cover, and nesting. worked, but deep plowing often brings up pieces of This soil is in capability subclass Vw and the Loamy limestone. The root zone is restricted by rock at a Bottomland range site. shallow depth. Included with this soil in mapping are small areas of 60—Pulexas-urban land complex, occasionally Alecto soils, a soil similar to the Purves soil but that is flooded. The soil in this complex is deep and nearly less than 8 inches deep to fractured indurated limestone, level. It is on narrow flood plains of streams that drain another soil similar to the Purves soil but that is sandy and loamy areas. In most areas the natural noncalcareous, and a soil that has more than 35 percent meandering stream channel has been replaced by a coarse fragments. The included soils make up less than deeper, wider, and straighter channel. The soil is flooded 35 percent of any mapped area. only once every 4 to 20 years. Areas are elongated and This Purves soil is moderately suited to use as range from 20 to more than 125 acres. cropland. Small grain, grain sorghum, and hay crops are 45 Soil survey grown. Crops that grow during the cool seasons are The Purves soil is moderately suited to most urban better suited to this soil than crops grown during the uses. The shallow depth to limestone is the main warm seasons because of the very low available water limitation. This soil is poorly suited to septic tank filter capacity and droughtiness. The objectives of fields. Shrinking and swelling with changes in moisture management are controlling erosion and maintaining soil and corrosivity to uncoated steel are limitations that can tiith and fertility. Growing closely spaced crops or crops be overcome by good design and careful installation. that produce large amounts of residue and rotating them This soil is poorly suited to most recreation uses. The with cool season legumes help to control erosion and clay surface that is sticky when the soil is wet and that maintain soil tilth. cracks when the soil is dry and the shallow depth to rock This soil is moderately suited to use as pastureland, are the main limitations. Droughtiness fimits production. Improved bermudagrass This complex is not in a capability subclass or range and kleingrass are commonly grown. Proper site. management includes fertilization, weed control, and controlled grazing. 63—Rader fine sandy loam, 0 to 3 percent slopes. The Purves soil is moderately suited to most urban This deep, nearly level and gently sloping, loamy soil is uses. The main limitations are depth to limestone, on low terraces and in valleys. Areas are slightly moundy shrinking and swelling with changes in moisture, and are longer than they are wide. They range from 5 to corrosivity to uncoated steel, and moderately slow more than 100 acres. Slopes average about 1 percent. permeability. In most areas the limestone bedrock can Typically, the surface layer is fine sand about 18 be excavated without the use of explosives. Most ` p inches thick. The upper part is brown, and the lower part limitations can be overcome by good design and careful is pale brown. The subsoil, from a depth of 18 to 27 installation. inches, is yellowish brown sandy clay loam. From a This soil is poorly suited to most recreation uses. The depth of 27 to about 69 inches, it is sandy clay in the clay surface that is sticky when the soil is wet and that upper part and sandy clay loam in the lower part. It is cracks when the soil is dry and the shallow depth to mottled in shades of yellow, gray, brown, and red. "d limestone are the main limitations. Reaction typically is slightly acid in the upper part of the Areas of this map unit are preferred by quail and soil and medium acid or strongly acid in the lower part. l doves for food and cover. This soil is moderately well drained. Permeability is This soil is in capability subclass file and the Shallow very slow, and available water capacity is medium. range site. Runoff is slaw, and the hazard of erosion is slight. The 62--Purves-Urban land complex, 0 to 3 percent soil is easy to work, but a perched water table is present slopes. The soil in this complex is shallow and nearly on the clayey lower layers after periods of heavy rainfall. level and gently sloping. It is on convex ridges. Areas are The root zone is deep, but plant roots have difficulty irregular in shape and are longer than they are wide. penetrating the clayey lower layers. They range from 15 to about 70 acres. Included with this soil in mapping are small areas of This complex is about 45 to 65 percent Purves soil, 15 Mabank soils in depressions that make up 5 to 15 to 40 percent Urban land, and less than 20 percent percent of some mapped areas, Also included is a soil closely similar soils. The Purves soil and Urban land are that is similar to the Rader soil but that does not have a so intricately mixed that it is not practical to map them transitional layer in the upper part of the subsoil and separately. another soil that is similar but that does not have gray Typically, the surface layer of the Purves soil is mottles within the upper 30 inches. The included soils moderately alkaline, dark grayish brown clay about 7 make up 5 to 25 percent of most mapped areas. inches thick. From a depth of 7 to 15 inches is This Rader soil is mainly used as pastureland and is moderately alkaline, brown clay_ Below that is fractured well suited to this use_ Improved bermudagrass, limestone interbedded with clayey marl. kleingrass, weeping lovegrass, switchgrass, vetch, This soil is well drained. Permeability is moderately Singletary peas, and arrowleaf clover are commonly slow, and available water capacity is very low. Runoff is grown. Pasture management includes fertilization, weed slow, and the hazard of erosion is moderate. The root control, and controlled grazing. zone is limited by the limestone. Natural fertility is high. This soil is well suited to use as cropland. Low natural The Urban land part of the complex is covered by fertility and the rapid loss of moisture during the summer individual dwellings, small businesses, and apartments are limitalons for production. Terracing and contour and adjoining streets, driveways, sidewalks, patios, and farming are needed to control erosion in areas where the other structures that alter the soil to the extent that slope exceeds one percent. Leaving crop residue on the classification is not practical. soil and growing deep-rooted legumes help to slow Included with this complex in mapping are closely runoff and maintain soil tilth. similar Aledo soils and a soil that is similar to the Purves The Rader soil is moderately suited to most urban soil but that is gravelly and stony. These included soils uses. The main limitations are seasonal wetness, make up as much as 20 percent of a mapped area, shrinking and swelling wqh changes in moisture, "� 102 Soil survey B23t-47 to 53 inches; yellowish brawn (10YR 514) clay, recent, loamy alluvial deposits. Slope ranges from 0 to 1 dark yellowish brown (10YR 414) moist; moderate percent. medium blocky structure; extremely hard, very firm, Typical pedon of Puiexas fine sandy loam, frequently very sticky and plastic; few fine roots; common flooded; from the intersection of Texas Highway Spur pressure faces and small sliickensides; common 1+03 and North Loop 382 in the town of Grapevine; this dark grayish brown vertical streaks; common clay pedon is 1.25 miles west on North Loop 382; 1 mile films slightly darker than matrix; few fine concretions north on Park Boulevard, 0.5 mile west on Dove Street, of calcium carbonate; calcareous; moderately and 120 yards north, on a flood plain of Jones Branch:. alkaline; gradual wavy boundary. B31 ca-53 to 63 inches; light yellowish brown (10YR Ai-0 to 10 inches; light yellowish brown (10YR 6/4) 6/4) silty clay loam, yellowish brown (10YR 5/4) fine sandy foam, yellowish brown (10YR 514) moist; moist; moderate medium and fine subangular blocky common medium faint very dark grayish brown structure; very hard, firm, sticky and plastic; few fine (10YR 3/2) and dark yellowish brown (10YR 4/4) roots; common clay films; common black mottles; weak tine and medium platy structure; hard, concretions; common concretions and soft masses very friable; few fine pores;. few thin strata of foam of calcium carbonate; calcareous; moderately and loamy fine sand with distinct bedding planes,- alkaline; lanes;alkaline; gradual wavy boundary. few fine ironstone and siliceous pebbles; neutral; B32ca-63 to 80 inches; very pale brown (10YR 714) gradual smooth boundary. silty clay loam, light yellowish brown (10YR 614) C1--10 to 26 inches; light yellowish brown (10YR 6/4) moist;weak fine and medium subangular blocky fine sandy loam, yellowish brown (1 OYA 5/4) moist; structure; hard, firm, sticky and plastic; few black massive; hard, very friable: common strata of brown concretions; many concretions and soft masses of (10YR 4/3) loam and thin plates of light yellowish calcium carbonate; calcareous; moderately alkaline. brown (10YR 6/4) line sandy loam with distinct The solum ranges from 60 to more than SO inches in bedding planes; common ironstone and siliceouse pebbles; neutral; gradual smooth boundary. thickness. The depth to secondary carbonates ranges G2r.28 pebbl s; inches; light yellowish brown boundary. 6/4) from 30 to 50 inches. Undisturbed areas have weakly loam, yellowish brown (10YR 5/4) moist; massive; expressed gilgai microrelief. Chert pebbles, small hard, very friable; common strata of brown (10YR ironstone fragments, and dark concretions are none to few throughout the solum. When the soil is dry, cracks 1 413) c ay loam 1 inch to 3 inches thick with distinct centimeter or more wide form in the upper part of the beading planes; common ironstone and siliceous subsoil, pebbles; neutral; gradual smooth boundary. The A horizon is dark grayish brown or brown. It is 5 C3-33 to 64 inches; yellowish brown (10YR 5/4) fine to 9 inches thick. Reaction is slightly acid or neutral, sandy loam, dark yellowish brown (10YR 4/4) moist; The 3211 horizon is mainly brown, yellowish brown, or massive; hard, very friable; few thin strata of brown dark yellowish brown; in places, however, the crest of (10YR 4/3) loam; common ironstone and siliceous the subsoil is reddish brown and the center of troughs is pebbles; neutral. dark gray. The texture is clay, silty clay, silty clay loam, or clay loam; content of clay is 35 to 50 percent. The 10- to 40-inch control section is fine sandy loam Reaction is slightly acid or neutral. The f322t and B23t or loam that is stratified with thin lenses of other horizons are dark grayish brown, grayish brown, brown, textures. The clay content averages S to 18 percent. yellowish brown, or light alive brawn. Reddish or Reaction ranges from slightly acid to mildly alkaline. brownish mottles are none to common. Reaction ranges The A horizon is grayish brown, brown, pale brown, from neutral to moderately alkaline. The Baca horizon is yellowish brown, or light yellowish brown. brown, yellowish brown, strong brown, pale brawn, light The C horizon is light brownish gray, brown, yellowish brown, light yellowish brown, reddish yellow, brownish brown, or light yellowish brown. It is dominantly fine * yellow, or very pale brown silty clay loam, silt loam, or sandy loam or loam and is stratified with thin lenses of f clay loam. The calcium carbonate equivalent is 20 to loamy fine sand, sandy cfay loam, or clay loam. more than 60 percent. Concretions and soft masses of calcium carbonate are common to many. Purves series The C horizon, where present, is brownish, grayish, or The Purves series consists ❑f well drained, shallow, whitish, calcareous loamy material that may or may not have weakly cemented chalk strata and limestone clayey soils on uplands. These soils formed in fragments. interbedded fractured limestone and mart. Slope ranges M from 0 to 3 percent_ Pulexas series Typical pedon of Purves clay, 0 to 3 percent slopes; from the intersection of South Loop 820 and Hulen The Pulexas series consists of well drained, deep, Street in the city of Fort Worth, this pedon is 1.3 miles Ir loamy soils on bottom lands. "these soils formed in south on Hulen Street and 0.5 mile west: ant County, Texas 103 �11-0 to 7 inches; dark grayish brown (10YR 412) clay, weak fine subangular blocky structure; slightly hard, very dark grayish brown (10YR 312) moist; strong very friable; common fine and medium roots; fine subangular blocky structure; extremely hard, common fine and medium pores; few wormcasts; friable; many fine and medium roots; common fine few fine black concretions; few fragments of and medium pores; calcareous; moderately alkaline; ironstone; slightly acid; clear wavy boundary, gradual smooth boundary. B&A--18 to 27 inches; 85 percent B material of light 12--7 to 15 inches; brown (7.5YR 412) clay, dark yellowish brown (10YR 614) sandy clay loam, brown (7.5YR 312) rnoist; moderate fine subangular yellowish brown (10YR 5/4) moist; common medium t blocky structure; extremely hard, friable; many fine distinct reddish yellow (7.5YR 6/6) and few medium and medium roots; common fine and medium pores; distinct light brownish gray (10YR 6/2) mottles, common concretions of calcium carbonate 1 moderate medium prismatic structure parting to millimeter to 6 millimeters in diameter; calcareous; weak fine subangular blocky; hard friable; common moderately alkaline; abrupt smooth boundary, fine roots; common fine and medium pores; few --15 to 20 inches, fractured limestone interbedded with wormcasts; common clay films on faces of prisms; thin layers of clayey marl. few fragments of ironstone; about 15 percent A The solum is from 8 to 20 inches thick, The clay material of light gray (10YR 7!2) fine sandy loam on tent makes up 35 to 55 percent and limestone faces of prisms and in small pockets; siightiy acid; inclear wavy boundary. gments make up as much as 35 percent by volume. B21 t-27 to 35 inches; light brownish gray (10YR 612) The A horizon is very dark gray, dark gray, very dark sandy clay, grayish brown (10YR 5!2) moist; many yish brawn, dark grayish brown, grayish brown, or medium prominent red (2.5YR 416) and few fine own. In a few places, where the A horizon rests on distinct yellowish brown (10YR 516) mottles; Imeston y is clay loam. moderate coarse blocky structure; very hard, very The R layer is fractured limestone about 4 to 15 firm; common fine roots; common fine pores, few hes thick. Below this layer are layers of weakly wormcasts and channels; many thick grayish brown anted limestone, many and clayey material, or clay films; few brown concretions; few fragments of estone rubble. The R Payer can usually be put with ironstone; neutral; gradual smooth boundary. Th _ The Purves l ripping equipment_es soils mapped in Tarrant County are B2211-35 to 49 inches; light gray (2.5Y 712) sandy clay, djuncts to the Purves series because they have an R light brownish gray (2.5Y 612) moist; common er that can be ripped and excavated with conventional medium prominent red (2.5YR 416) and reddish gcfing equipment. This is outside the range of the yellow (7.5YR 618) mottles; moderate coarse rues series. Use and management of these soils, prismatic structure parting to weak medium waver, are the same as for the soils of the Purves subangular blocky; very hard, very firm; few fine ries roots; common thick gray clay films on faces of prisms; few-biaek concretions; few fragments of Rader series ironstone; strongly acid; gradual smooth boundary. B23t-49 to 63 inches; distinctly mottled, reddish yellow The Rader series consists of moderately well drained, (7.5YR 618) and light gray (2,5Y 712) sandy clay, eep, foamy soils on uplands. These soils formed in strong brown (7.5YR 516) and light brownish gray loamy and clayey sediment in terraces and valley fill. (2.5Y 612) moist; common medium distinct yellowish tope ranges from 0 to 3 percent. red (5YR 516) and brownish yellow (10YR 616) Typical pedon of Rader fine sandy loam, 0 to 3 mottles; moderate coarse prismatic structure parting percent slopes; from the intersection of interstate to moderate medium blocky; very hard, firm; few fine Highway 20 and U.S. Highway 287 in the town of roots; common thick gray clay films on faces of Arlington, this pedon is 1.25 miles south on the west prisms; few black concretions; few fragments of service road of U.S. Highway 287 and 1,000 feet west, in ironstone; medium acid; gradual smooth boundary, a pasture: 83-63 to 69 inches; distinctly mottled, brownish yellow (10YR 616) and light gray (2.5Y 712) sandy clay Al-0 to 12 inches; brown (10YR 513) fine sandy loam, loam, yellowish brown (10YR 5/6) and light brown (10YR 413) moist; weak fine subangular brownish gray (2,5Y 612) moist; common medium blocky structure; slightly hard, very friable; many fine distinct yellowish red (5YR 516) and yellow (10YR and medium roots; common fine and medium pores; 718) mottles; moderate medium prismatic structure few wormcasts; few fragments of ironstone; slightly parting to weak medium blocky; very hard, firm; few acid; clear smooth boundary. fine roots; common thick light gray (2.5Y 712) clay A2-12 to 18 inches; pale brown (10YR 613) fine sandy films on faces of prisms; common black concretions loam, brown (10YR 513) moist; common medium and masses; few fragments of ironstone; medium distinct dark yellowish brows} (10YR 414) mottles; acid. Tarrant County, Texas 47 corrosivity to uncoated steel and concrete, and Seasonal wetness and permeability are the main permeability. Some low-lying areas near drainageways limitations. Woody plantings provide food and cover for are flooded by runoff from adjacent, higher areas. Good songbirds. design and careful installation are needed to overcome This complex is not in a capability subclass or range these limitations. site. This soil is moderately suited to recreation uses. Seasonal wetness and very slaw permeability are the main limitations. tis—Sanger clay, 1 to 3 percent slopes. This deep, Areas of this map unit furnish an abundance of woody gently sloping, clayey soil is in valley fill areas between and herbaceous plants that provide excellent foots and limestone ridges. Areas are broad and subrounded to cover for deer, quail, and doves. tong and narrow. They range from about 10 to 200 This soil is in capability subclass Ills and the Sandy acres. Untitled areas have gilgai microreiief. Loam range site. Typically, the surface layer is about 20 inches thick. It is clay that is very dark grayish brawn in the upper part and dark grayish brown in the lower part. 64—Rader-Urban Land complex, 0 to 3 percent From a depth of 20 to 49 inches is grayish brown silty slopes. The soil in this complex is deep and nearly level clay. From a depth of 49 to 80 inches is. Eight yellowish and gently sloping_ It is on high stream terraces and in brown silty clay that has common masses of calcium valleys. Areas are irregular in shape and mostly longer carbonate and limestone fragments and pebbles. This than they are wide. They range from 10 to more than soil is moderately alkaline and it is calcareous throughout. 100 acres. Slopes average about 1 percent. This soil is well drained. Permeability is very slow, and The complex is 40 to 65 percent Rader soil, 15 to 40 available water capacity is high. Runoff is rnedium, and percent Urban land, and less than 25 percent closely the hazard of erosion is moderate. When the sail is dry, similar soils. The Rader soil and Urban land are so cracks extend to the surface and water enters the soil intricately mixed that it is not practical to map them rapidly. When the soil is wet and the cracks are sealed, separately. water enters the sail very slowly. This soil is difficult to Typically, the surface layer is fine sandy loam about 18 work When it is wet, it is sticky. When it ss dry, it is hard inches thick. The upper part is brown, and the lower part and clods form when it is plowed. The high lime content is pale brown. The subsoil, from a depth of 18 to 27 causes chlorosis in sensitive plants. The root zone is inches, is yellowish brawn sandy clay loam_ From a deep, but plant roots penetrate slowly because of the depth of 27 to about 69 inches, it is sandy clay in the clayey texture, upper part and sandy clay loam in the lower part- It is mottled in shades of yellow, gray, brawn, and red. Included with this soil in mapping are small areas of Reaction typically is slightly acid in the upper part of the Ponder soils an slight ridges, San Saba soils near the soil and medium acid or strongly acid in the lower part. head of drainageways, and Slidell soils on foot shapes. These included soils make up less than 15 percent of This soil is moderately well drained. Permeability is very slow, and available water capacity is medium. any mapped area. Runoff is slow, and the hazard of erosion is sligh` A This Sanger soil is mainly used as cropland, but a perched water table is present on the clayey lower layers significant acreage is used as pastureland and after periods of heavy rainfall. The root zone is deep, but rangeland. This soil is well suited to use as cropland (fig. plant roots have difficulty penetrating the clayey lower 18). It is mainly used for grain sorghum, small grain, and layers. forage sorghums. Corn and cotton are grown on smaller The Urban land part of this complex is covered by acreages. The main objectives of management are individual dwellings, small businesses, and apartments controlling erosion and maintaining tilth. Terracing and and adjoining streets, sidewalks, driveways, parking lots, farming on the contour help to slow runoff and to control patios, and other structures that obscure or alter the erosion. Leaving crop residue on the soil helps to sails to the extent that classification is not practical. improve soil tilth and conserve moisture. Included with this complex in mapping are small areas This soil is well suited to use as pastureland. Suitable of Crosstell, Gasil, and Mabank soils. The included soils pasture species are improved bermudagrass, tall fescue, make up less than 25 percent of any mapped area. johnsongrass, kleingrass, vetch, and sweetciover. The Rader soil is moderately suited to urban uses. Fertilization, weed control, and controlled grazing are Seasonal wetness, shrinking and swelling with changes management objectives. in moisture, corrosivity to uncoated steel and concrete, The Sanger soil is moderately suited to most urban and very slow permeability are the main limitations. uses. The main limitations are shrinking and swelling with Some law-lying areas near drainageways are flooded by changes in moisture and corrosivity to uncoated steel. runoff from adjacent, higher areas. Good design and These limitations can only be parity overcome by good careful installation are needed to overcame these design and careful installation. This sail is poorly suited limitations. to septic tank absorption fields because of very slow This soil is moderately suited to recreation uses. permeability. 48 Soil survey I t t t .'� ' k S Y�:•f F1 ) Figure r8.—Harvesting wheal on Sanger clay, 1 to 3 percent slopes. Urban development frequently encroaches on farmland in the county. This soil is poorly suited to most recreation uses. The lower part. The underlying materia! to a depth of 63 main limitations are the very slow permeability and the inches is yellowish and brownish shaly clay. clay surface layer that causes the soil to form deep, wide This soil is well drained. Permeability is very slow, and cracks when it is dry and causes stickiness when it is available water capacity is high_ Runoff is medium, and wet the hazard of erosion is moderate. When this soil is dry, Areas of this soil are regularly inhabited by doves and deep, wide cracks extend to the surface and water quail. Deer from adjacent woods use the abundant enters the soil rapidly. When the soil is wet, however, the supply of forbs as a food supply. cracks are sealed and water enters the soil very slowly. This soil is in capability subclass Ile and the Blackland This soil is difficult to work during extremes in moisture range site. conditions. The high content of calcium carbonate causes chlorosis in sensitive plants. The root zone is deep, but plant roots slowly penetrate the clayey layers. 71 66—Sanger clay, 3 to 5 percent slopes. This deep, included with this soil in mapping are small bands of gently sloping, clayey soil is in valley fill areas and on Bolar and Medlin soils on the upper parts of the slope side slopes of ridges below limestone outcrop. Areas are and small areas of San Saba soils near the head of longer than they are wide and range from about 10 to drainageways. The included soils make up as much as 130 acres. Untilled areas have gilgai microrelief. 20 percent of some mapped areas. Typically, this soil is moderately alkaline, calcareous This Sanger soil is moderately suited to use as clay to a depth of about 46 inches. It is dark grayish cropland. It is used for grain sorghum, small grain, and brown in the upper part and light brownish gray in the hay crops. Slope is a limitation. The main objectives of Tarrant County, Texas 49 management are controlling erosion and maintaining sods on less sloping areas. These included soils make tillh. Terracing and contour farming are needed to slow up as much as 25 percent of this map unit_ runoff and control erosion. Growing deep rooted The Sanger soil is moderately suited to urban uses. legumes and leaving crop residue on the soil help to Shrinking and swelling with changes in moisture, low - reduce erosion and maintain filth. strength affecting streets and roads, corrosivity to This soil is well suited to use as pastureland. improved uncoated steel, and very slow permeability are limitations bermudagrass, indiangrass, switchgrass, johnsongrass, that can be partly overcome by good design and careful kleingrass, vetch, and sweetclover are suitable. Pasture installation. ' management includes fertilization, weed control, and This soil is poorly suited to recreation uses. The clay wntroiled grazing. texture, slope, permeability and wide cracks that farm The Sanger soil is moderately suited to most urban when the soil is dry are the main limitations. uses. Shrinking and swelling with changes in moisture, This complex is not in a capability subclass or range corrosivity to uncoated steel, and permeability are the site. main limitations, These limitations can only be partly overcome by good design and careful installation, 68—San Saba clay, 0 to 2 percent slopes. This This soil is poorly suited to most recreation uses. The moderately deep, nearly level and gently sloping, clayey limitations are the very slow permeability and the clay soil is at the head of natural drainageways. Areas are surface that cracks when the soil is dry and is sticky subrounded and range from 5 to about 110 acres, when the soil is wet. Typically, the surface layer is moderately alkaline, very Areas of this map unit are regularly inhabited by doves dark gray clay about 24 inches thick and has brownish and quail. Deer use the site for cover, but only mottles in the lower 8 inches, The subsoil, from a depth occasionally because of the lack of woody cover. beer of 24 to 30 inches is moderately alkaline, dark grayish from adjacent woods use the abundant supply of forbs brawn clay. Below that is indurated, fractured limestone. as a food supply. This soil is moderately well drained_ Permeability is This soil is in capability subclass Ille and the Buckland very slow, and available water capacity is low. Runoff is slow, and the hazard of erosion is slight. This soil forms range sitewide cracks when it is dry. The soil is difficult to work 67—Sanger-Urban land complex, 1 to 5 percent during extremes in moisture conditions. The root zone is slopes. The soil in this complex is deep and gently moderately deep, but plant roots penetrate slowly. sloping. It is onuplands_ Many areas are in valleys below included with this soil in mapping are small areas of Purves soils near outer edges of mapped areas and a limestone ridges. Areas are subrounded and range from soil similar to the San Saba Boll but that has bedrock at 1t)to more than 2t31] acres. Slopes average about 3 a depth of more than 40 inches. The included soils make percent. This complex is about 45 l0 70 percent Sanger sail, 15 up as much as 15 percent of some areas, This San Saba soil is used almost equally for cropland to 35 percent Urban land, and less than 25 percent and rangeland. It is well suited to use as cropland, and is closely similar soils. The Sanger soil and Urban land are used for grain sorghum and small grain. The low so intricately mixed that it is not practical to map them available water capacity lowers the yield of summer separately, crops. The management objectives are controlling Typically, the Sanger soil is moderately alkaline, erosion and maintaining soil tilth. Growing closely spaced calcareous clay to a depth of about 49 inches. It is very crops and crops that produce large amounts of residue dark grayish brown in the upper part and dark grayish helps to control erosion and maintain tilth. Growing deep brown in the lower part. From a depth of 20 to 80 inches rooted legumes helps to aerate the soil and improve is moderately alkaline, calcareous, brownish silty clay fertility. that has common masses of calcium carbonate and This soil is well suited to use as pastureland. Adapted limestone fragments in the lower part. pasture plants are improved bermudagrass, indiangrass, This soil is well drained. Permeability is very slow, and switchgrass, kleingrass, sweetclover, and vetch. available water capacity is high. Runoff is medium, and Fertilization, weed control, and controlled grazing are the hazard of erasion is moderate. Chlorosis is a hazard management objectives. for some plants grown on this soil. The root zone is The San Saba soil is moderately suited to most urban deep, and natural fertility is high. uses. Shrinking and swelling with changes in moisture, The Urban land part of the complex is covered by depth to rock, permeability, and corrosivity to uncoated individual dwellings, small businesses, and apartments steel are the main limitations. Good design and careful and adjoining streets, driveways, sidewalks, parking lots, installation can help to overcome these limitations. and other structures. Some areas have been altered by This soil is poorly suited to most recreation uses. The construction to the extent that classification is not main limitations are depth to rock, very slow practical_ permeability, and the clayey surface layer that forms Included with this complex in mapping are small areas deep, wide cracks when the soil is dry and that is sticky of Ponder and San Saba soils and large areas of Slidell when the soil is wet. 50 Soil survey Areas of this map unit are regularly inhabited by doves extensively on acorns and other mast. Good nesting and quail. Deer use the site for cover, but only areas and loafing cover are provided. occasionally because of the lack of woody cover. Deer This soil is in capability subclass Ille and the Loamy from adjacent woods use the abundant supply of forbs Sand range site.. as a food supply. This soil is in capability subclass llle and the Blackland 70—Silawa fine sandy loam, 3 to 8 percent slopes. range site. This deep, gently sloping and sloping, loamy soil is on high terraces above flood plains of major streams. Areas 69—Selden loamy fine sand, 1 to 3 percent slopes. are elongated and range from 10 to about 250 acres. This deep, gently sloping, sandy soil is on uplands. Typically, the surface layer is slightly acid, dark Areas are irregular to oval in shape and range from 8 to yellowish brown fine sandy loam about 6 inches thick. about 85 acres. Slopes are concave and average about The subsoil, from a depth of 6 to 46 inches, is medium 1.5 percent, acid sandy clay. It is red in the upper 15 inches and Typically, the surface layer is brownish loamy fine yellowish red below. From a depth of 46 to 60 inches, it sand about 14 inches thick. The subsoil to a depth of is slightly acid, reddish yellow fine sandy loam. about 65 inches is sandy clay loam. It is yellowish brown This soil is well drained. Permeability is moderate, and in the upper part and mottled in shades of yellow, red, available water capacity is medium. Runoff is medium, and gray in the lower part. Typically, reaction is neutral in and the hazard of erosion is moderate. This soil can be the upper part of the soil, grading to strongly acid in the worked throughout a wide range of moisture conditions. lower part. The root zone is deep and is easily penetrated by plant This soil is moderately well drained. Permeability is roots. Sand and gravel underlies this soil in some areas. moderately slow, and available water capacity is Included with this soil in mapping are small areas of medium. Runoff is slow, and the hazard of water erosion Gasii soils on toot slopes and Konsil soils on upper is slight. The hazard of soil blowing is severe in areas slopes. These closely similar soils make up less than 20 that are bare of vegetation. The root zone is deep, and percent of a mapped area. roots can easily penetrate the lower layers. This soil is This Silawa soil is well suited to use as pastureland. easy to work throughout a wide range of moisture Improved bermudagrass, weeping lovegrass, conditions. Included with this soil in mapping are small areas of switchgrass, kleingrass, and vetch are commonly grown. Nimrod soils along drainageways. Small eroded areas Proper pasture management includes fertilization, weed that have a few isolated gullies are present in a few control, and controlled grazing. areas. These included soils make up less than 20This soil is moderately suited to use as cropland. The percent of any mapped area. limitations for this use are slope, the hazard of erosion, This Selden soil is mainly used as pastureland, and is and low natural fertility. The major objectives of well suited to this use. Adapted pasture plants are management are to control erosion and improve fertility improved bermudagrass, weeping lovegrass, and filth, Terraces, waterways, and diversions are switchgrass, indiangrass, vetch, and arrowleaf clover. needed to slow runoff and to control erosion. Growing Fertilization at planned intervals, weed control, and cool season legumes and leaving crop residue on the controlled grazing are management objectives. Emerging soil 'helps to slow runoff, control soil blowing, and grass seedlings need to be protected from blowing sand. improve soil tiith and fertility. This soil is moderately suited to use as cropland. Low The Silawa soil is well suited to most urban and natural fertility and the droughty surface layer are recreation uses. The main limitations are low strength limitations for production. Small grain, peanuts, truck affecting streets and roads, slope, and the hazard of crops, and orchards are suitable. Leaving crop residue erosion. These limitations can be easily overcome by _ on the soil and growing cool season legumes help to good design and careful installation. Slope is a limitation maintain soil tilth and to control soil blowing. for using this soil for playgrounds. The Selden soil is well suited to most urban uses. The Areas of this map unit furnish an abundance of woody main limitations are seasonal wetness of the lower part and herbaceous plants that provide excellent food and of the subsoil, corrosivity to uncoated steel, and low cover for deer, quail, and doves. strength affecting streets and roads. The moderately This soil is in capability subclass We and the Sandy slow permeability is a limitation for septic tank absorption Loam range site. fields. These limitations can be easily overcome by good design and careful installation. 71—Silstid loamy fine sand, 1 to 5 percent slopes. This soil is moderately suited to recreation uses. This deep, gently sloping, sandy soil is on high stream Permeability and the loamy fine sand surface layer are terraces and side slopes of ridges. Areas are smooth to the main limitations. Maintaining a good grass cover gently undulating and subrounded. They range from 7 to helps to prevent soli blowing. about 150 acres. Areas of this map unit are inhabited by deer, turkeys, Typically, the surface layer is loamy fine sand about 27 squirrels, quail, and doves. These animals feed Inches thick. it is brown in the upper part and very pale �- 1 D4 Soil sung The solum is more than 60 inches thick. The clay 132t--5 to 14 inches; red (2.5YR 5/6) clay loam, red content of the control section is 28 to 35 percent. (2.5YR 4/6) moist; moderate medium subangular The A horizon is loam or fine sandy loam. The Al blocky structure; hard, friable, common fine and horizon is brown or pale brown, and the A2 horizon is medium roots; many medium and large pores; light yellowish brown, pale brown, or light brownish gray. common wormcasts; few ironstone pebbles; Reaction is medium acid or slightly acid. common fragments of brittle sandstone 1 centimet The B&A horizon is slightly acid or neutral. About 70 to to 3 centimeters in diameter; medium acid; abrupt 85 percent by volume is made up of B material that is gradual boundary, light yellowish brown, yellowish brown, strong brown, or Gr-14 to 40 inches; brownish yellow (10YR 6/6) and pale brown sandy clay loam, clay loam, or loam. Few to yellowish red (5YR 4/6) stratified sandstone; common mottles in shades of brown, red, and gray are hardness of less than 3 on Mohs' scale; many thic in the interiors of Peds_ The A material is light gray, clay films coat sandstone fractures; medium acid. white, or very pale brown fine sandy loam. It is in coatings and pockets, intermingled with the B material. The thickness of the solum and the depth to fractur The 821 t horizon is light brownish gray, grayish brown, sandstone range from 10 to 20 inches. Fragments of light gray, brown, and yellowish brown clay loam, clay, or sandstone and ironstone are common throughout. sancb clay. It has common to many mottles of these The A horizon is brown and is slightly acid or neutral: colors and of red, yellowish red, strong brown, and olive It is 4 to 8 inches thick. yellow. Reaction ranges from medium acid to neutral. The B2t horizon is yellowish red, reddish brown, The B22t horizon is light brownish gray, grayish brown, reddish yellow, or red clay loam, sandy clay, or clay th light gray, brown, and yellowish brown sandy clay, clay, is 35 to 50 percent content of clay. Reaction is mediu or clay loam. It has common to many mottles of these acid or strongly acid. colors and of red, yellowish red, strong brown, reddish The Cr horizon is brownish yellow or yellowish red, yellow, and olive yellow. Reaction ranges from strongly fractured and stratified, weakly cemented sandstone. acid to neutral. The B23t and B3 horizons are sandy clay, sandy clay Sanger series loam, or clay. They are mottled in shades of gray, yellow, and brown. Reaction is strongly acid or moderately The Sanger series consists of well drained, deep, alkaline. Concretions of calcium carbonate are in some cyclic, clayey soils on uplands. These soils formed in B3 horizons. alkaline, clayey marine sediment. Slope ranges from t t The Rader soils mapper) in Tarrant County are 5 percent. taxadjuncts to the Rader series because they have B&A Typical pedon of Sanger clay, 1 to 3 percent slopes; and B21 t horizons that are slightly more alkaline than the from the intersection of Lakeway Drive and U.S. Highwa range of the official Rader series. These soils, however, 377 in the town of Benbrook, this pedon is 0.7 mile are similar in use, management, and behavior to the south on U_S. Highway 377 and 110 feet east of right-of soils of the Rader series. way, in a pasture in the center of a microknoll: Rayex series AP-0 to 4 inches; very dark grayish brown (10YR 3/2) clay, very dark brawn (10YR 2/2) moist; strong The Rayex series consists of well drained, shallow, medium blocky structure; extremely hard, very firm,. sloping to moderately steep soils on uplands_ These very sticky and plastic; many fine and very fine r soils formed in weakly cemented sandstone. Slope roots; common wormcasts and channels; few ranges from 5 to 15 percent. fragments of limestone 2 to 25 millimeters in Typical pedon of Rayex gravelly fine sandy loam in an diameter; few fine black and brown concretions; area of Birome-Aubrey-Rayex complex, 5 to 15 percent calcareous; moderately alkaline; abrupt smooth slopes; from the intersection of Texas Highway Spur 103 boundary. , and North Loop 382 in the town of Grapevine, this At 1-4 to 10 inches; very dark grayish brown (1pYR pedon is 0.6 mile west on North Loop 382; 1.6 miles 3/2) clay, very dark brown (10YR 2/2) moist; north on Dove Road, 0.24 mile west, and 450 feet south, in a wooded area: moderate medium and fume blocky structure; + extremely hard, very firm, very sticky and plastic; Al-0 to 5 inches; brown (7.5YR 5/4) gravelly fine common fine and very fine roots; common sandy loarn, dark brown (7.5YR 4/4) moist; wormcasts and channels; few hard fragments of moderate fine and medium granular structure; limestone 2 to 10 millimeters in diameter; few blaala slightly hard, very friable, many fine, medium, and and brown concretions; calcareous; moderately large roots; common wormcasts, about 15 percent alkaline; gradual wavy boundary. by volume fragments of ironstone and sandstone as Al2--10 to 20 inches; dark grayish brown (10YR 4/2) much as 3 inches in diameter; neutral; clear smooth clay, very dark grayish brown (10YR 3/2) moist; boundary. moderate medium blocky and subangular blocky , t County, Texas 105 acture; extremely hard, very firm, very sticky and The A horizon is very dark grayish brown, dark gray, plastic; few fine roots; common wormcasts and dark grayish brown, or grayish brown. Where chroma is ahannei% few fragments of limestone 2 to 20 less than 2, the surface layer is less than 12 inches thick millimeters in diameter; common fine concretions of in more than half of the pedon. Calcium carbonate; few fine black concretions; The AC1 horizon is grayish brown, brown, light common pressure faces; calcareous; moderately brownish gray, light yellowish brown, light olive brown, or alkaline; clear wavy boundary. very pale brown. Mottles of brownish yellow, olive yellow, --20 to 31 inches; grayish brown (10YR 5/2) silty or yellow range from none to few. The AC2 and AC3 Clay, dark grayish brown (10YR 412) moist; horizons are grayish brown, pale brawn, light brownish moderate medium angular blocky structure parting to gray, yellowish brown, light yellowish brown, olive yellow, moderate medium subangular blocky; hard, firm, or very pale brown. Mottles in shades of gray or yellow sticky and plastic; few fine roots; few wormcasts and range from few to common. Concretions and soft channels; few fragments of limestone 2 to 54 masses of calcium carbonate range from few to many millimeters in diameter; common fine concretions of throughout the AC2 and AC3 horizons. calcium carbonate; few brown and black The C horizon is clay, silty clay, or shaly clay and is Concretions; common coarse intersecting mottled in shades of brown, gray, and yellow. Some slickensides; calcareous; moderately alkaline; clear pedons have remnants of limestone. wavy boundary. —31 to 49 inches; grayish brown (10YR 512) silty San Saba serf's clay, dark grayish brown (10YR 412) moist; moderate coarse blocky and moderate medium The San Saba series consists of moderately well subangular blocky structure; hard, firm, sticky and drained, moderately deep, clayey soils on uplands. plastic; few fine roots; common coarse grooved These soils formed in clayey sediment underlain by slickensides; few vertical cracks filled with material limestone. Slope ranges from o to 2 percent. from above; common fine concretions and soft Typical pedon of San Saba clay, 0 to 2 percent masses of calcium carbonate; few fragments of slopes; from the intersection of Old Grandbury Road and limestone 2 to 50 millimeters in diameter; few black Southwest Loop 820 in the city of Fort Worth, this pedon and brown concretions; calcareous; moderately is 3.9 miles south on Old Grandbury Road, 0.5 mile west, alkaline; clear wavy boundary- 1 mile south, and 360 feet west, in a cultivated field: 3-49 to 59 inches; light yellowish brown (10YR 614) silty clay, brown (10YR 513) moist; common medium AP-0 to 4 inches; very dark gray (10YR 311) clay,-very distinct strong brown (7.5YR 515) and yellowish dark gray (10YR 3/1) moist; moderate fine brown (10YR 5/6) mottles; moderate medium blocky subangular blocky structure; extremely hard, very structure; hard, firm, sticky and plastic; few very fine firm, very sticky and plastic; common fine roots; roots; many fine concretions and soft masses of common wormcasts; few fine brown concretions; calcium carbonate; common rounded coated few fine rounded concretions of calcium carbonate; - limestone pebbles 1 centimeter to 8 centimeters in calcareous; moderately alkaline; clear smooth diameter; few fine brown concretions; calcareous; boundary. moderately-alkaline; clear smooth boundary. Al2-4 to 16 inches; very dark gray (10YR 311) clay, 59 to 80 inches; light yellowish brown (10YR 6/4) black (10YR 211) moist; moderate medium silty clay yellowish brown (10YR 514) moist; subangular blocky and fine angular blocky structure; common medium faint brown (10YR 513) and extremely hard, very firm, very sticky and plastic; common medium distinct strong brown (7.5YR 516) few roots; few wormcasts; few fine black mottles; massive; hard, firm; few fine roots; few fine concretions; few fragments of limestone and pitted pares; common limestone fragments 2 to 5 concretions of calcium carbonate as much as 1 centimeters in diameter; few fine black and Brown centimeter in diameter; common shiny ped faces; concretions; calcareous; moderately alkaline. calcareous; moderately alkaline; graduat wavy boundary. The solum ranges from 40 to 70 inches in thickness. A13-16 to 24 inches; very dark gray (10YR 3/1) clay, The texture is clay or silty clay throughout. Intersecting black (10YR 211) moist; common medium faint very slickensides begin at a depth of 16 to 24 inches. When dark grayish brown (2.5Y 312) mottles; moderate the soil is dry, cracks 1 inch to 2 inches wide extend to a coarse blocky structure parting to moderate fine and depth of 20 inches or more. Cycles of microdepressions medium blocky; extremely hard, very firm, very sticky and microknolls are repeated every 10 to 22 feet across and plastic; few fine roots; few fine black the slope. In some microdepressions the upper 12 concretions; few fine fragments of limestone and inches of the soil is noncaicareous and is mildly alkaline concretions of calcium carbonate; common or moderately alkaline. In more than half of each pedon, intersecting slickensides with grooved shiny faces; the calcium carbonate equivalent is 40 to 60 percent in calcareous; moderately alkaline; gradual wavy some parts of the 10- to 40-inch control section, boundary. - 106 Soil survey AC-24 to 30 inches; dark grayish brown (10YR 412) B22t--23 to 35 inches; yellowish brown (10YR 514) clay, very dark grayish brown (10YR 3/2) moist; sandy clay loam, dark yellowish brown (10YR 414) moderate coarse blocky structure; extremely hard, moist; common medium distinct red (2.5YR 516) and very firm, very sticky and plastic; few fine roots; light gray (10YR 712) mottles; weak medium common fragments of limestone; common vertical subangular blocky structure; very hard, firm; few fine cracks filled with very dark gray clay; common roots; common clay films on faces of peds; few fine grooved intersecting slickensides; calcareous; black concretions; medium acid; gradual smooth moderately alkaline; abrupt smooth boundary. boundary. R-30 to 36 inches; hard fractured limestone. B23t-35 to 43 inches; reddish yellow (7.5YR 6/6) sandy clay loam, strong brown (7.5YR 516) moist; common The solum is 24 to 40 inches thick and overlies hard medium distinct red (2.5YR 416), light gray (10YR limestone rock. The texture is clay that has 45 to 60 712), and reddish yellow (7.5YR 718) mottles; weak percent clay content. When the soil is dry, cracks 1 inch medium prismatic structure parting to weak medium to 3 inches wide extend to a depth of 20 inches or more. blocky; very hard, firm; few fine roots; common clay Native areas have gilgai microrelief of microknolis and films on faces of peds; common medium Mack microdepressions. The microknolls are 3 to 6 inches concretions; mediurn acid; gradual smooth boundary. higher than the microdepressions, and the center of the B24t--43 to 65 inches; coarsely mottled, red (2.5YR microknoll is 6 to 12 feet from the center of the 416), light gray (10YR 712), and reddish yellow microdepression. Fragments of limestone make up as (7.5YR 718) sandy clay loam; weak medium much as 5 percent of some pedons. prismatic structure parting to weak medium blocky; The Ap and Al horizons are very dark gray or dark very hard, firm; few fine roots; common clay films on gray_ They are mildly alkaline or calcareous and farces of peds; strongly acid. moderately alkaline. The AC horizon is dark gray, gray, grayish brown, or The solum ranges from 60 to more than 80 inches in dark grayish brown. There are none to a few mottles of thickness. The clay content within the control section is dark grayish brown and very dark grayish brown. 22 to 35 percent. The R Layer is coarsely fractured indurated limestone. The A horizon is loamy fine sand or fine sand and ranges from 8 to 20 inches in thickness. The Al horizon Selden series is pale brown, yellowish brown, light yellowish brown, or brown. The A2 horizon is light yellowish brown or very The Selden series consists of moderately well drained, pale brown loamy fine sand. Reaction is slightly acid or deep, sandy soils on uplands. These soils formed in neutral. loamy sediment. Slope ranges from 1 to 3 percent. The 62t horizon is brownish yellow, yellowish brown, Typical pedon of Selden loamy fine sand, 1 to 3 reddish yellow, or yellowish red sandy clay loam or clay percent slopes; from the intersection of Texas Highway loam. The B221, 11231, and B241 horizons have varying 199 and Farm Road 730 in the town of Azle, this pedon amounts of red, pale brown, light gray, or reddish yellow is 2.04 miles north on Farm Road 730, 1.7 miles east on mottles, or they are light gray and have medium or Timber fake Road, 0.3 mite east on Sandy Beach Road, coarse mottles of yellow and red. Reaction ranges from 0.5 mile south on Power Squadron Road, and 700 feet strongly acid to slightly acid. southeast: A1-0 to 8 inches; light yellowish grown (10YR 614) Silawa series loamy fine sand, dark yellowish brown (10YR 414) The Silawa series consists of well drained, deep. moist; weak fine granular structure; slightly hard, loamy soils on uplands. These soils formed in sandy and very friable; many fine and medium roots; neutral; loamy deposits on ancient stream terraces. Slope ranges clear smooth boundary. from 3 to 8 percent. A2-8 to 14 inches; very pale brown (10YR 714) loamy Typical pedon of Silawa fine sandy foam, 3 to 8 fine sand, light yellowish brown (10YR 614) moist; percent slopes; from the intersection of Texas Highway weak fine granular structure; slightly hard, very 199 and Farm Road 730 in the town of Azle, this pedon friable; common fine and medium roots; neutral; is 2.04 miles north on Farm Road 730, 0.75 mile east on clear wary boundary. Timber Lake Road, 0,51 mile south on Meridian Street, B21 t-14 to 23 inches; yellowish brown (10YR 514) and 800 feet south, in a Girl Scout Camp sandy clay loam, dark yellowish brown (10YR 414) moist; few medium distinct red (2.5YR 518) and A1--0 to 6 inches; dark yellowish brown (10YR 414) fine common medium distinct pale brown (10YR 613) sandy loam, dark brown (10YR 313) moist; weak mottles; weak medium subangular blocky structure; medium subangular blocky structure; slightly hard, very hard, firm; few fine roots; common clay films on friable; many fine and medium roots; common faces of peds; slightly acid; gradual smooth wormcasts; common fine and medium pores; slightly boundary. acid; clear smooth boundary. 54 Soil survey Typically, the surface layer is brownish fine sandy is deep and roots can easily penetrate the lower layers. loam about 11 inches thick. The subsoil, from a depth of The high content of calcium carbonate causes chlorosis 11 to 32 inches, is very pale brown sandy clay loam, in sensitive plants. grading to loam. Fragments of sandstone are in the Included with this soil in mapping are small areas of lower part. Below that to a depth of 50 inches is white intermingled Chatt and Sanger soils. These included sandstone. soils make up 5 to 15 percent of a mapped area. This sail is well drained. Permeability is moderate, and This Sunev soil is mainly used as cropland and is well available water capacity is low. Runoff is rapid, and the suited to this use. Forage sorghum, grain sorghum, and hazard of erosion is severe. Natural fertility is low. The small grain are the main crops. Management objectives root zone is moderately deep and is easily penetrated by include terracing and contour farming to slow runoff and plant roots. reduce erosion. Leaving crop residue on the soil helps to Included with this soil in mapping are some soils that control erosion and improve soil tilth. are closely similar to it. One soil has a sandier subsoil; This soil is well suited to use as pastureland. Improved - another soil, on ridges, is loamy fine sand or sand over bermudagrass, kleingrass, johnsongrass, weeping weakly cemented sandstone; a soil on ridgetops is less lovegrass, indiangrass, switchgrass, sweetclover, and than 20 inches deep to sandstone; and a soil near vetch are commonly grown. Fertilization, weed control, drainageways, on concave areas, is more than 40 inches and controlled grazing are pasture management deep to sandstone. These closely similar soils make up objectives. 20 to 40 percent of most areas. Areas of Aledo and The Sunev soil is well suited to most urban and Maloterre soils are above narrow bands of limestone recreation uses (fig. 20). Low strength affecting streets outcrop and make up 5 to 10 percent of some areas. and roads is the main limitation. This limitation can be This Stephenville soil is mainly used as pastureland, overcome by good design and careful installation. rangeland, and resource material for making cement and Sewage lagoons are poorly suited to this soil because of for recreation purposes. This soil is poorly suited to use seepage. _ as cropland acid pastureland. Low available water The clay loam surface layer is the main limitation for capacity, low natural fertility, and droughtiness are recreation uses. Using loamy fill material and maintaining limitations for production. Improved bermudagrass, a good grass cover can help to overcome this limitation. weeping lovegrass, indiangrass, swtchgrass, vetch, and Areas of this map unit are preferred by quail and arrowleaf clover are commonly grown, ground-nesting birds because the ground cover and food Much of this soil is underlain by thick beds of poorly are excellent. graded, weakly consolidated sand. This material is This soil is in capability subclass ile and the Clay quarried in scattered areas. Loam range site. The Stephenville soil is moderately suited to urban and 78—Sunev clay loam, 3 to 8 percent slopes. This recreation uses. Slope and the severe hazard of erosion deep gently sloping to sloping, loamy soil is on foot are the main limitations. Good design and careful slopes of hills and ridges. Areas follow the contour of the installation are needed to overcome these limitations. slope and are longer than they are wide. They range Septic tank filter fields are subject to seepage because from 10 to more than 70 acres. Stopes are convex and of slope. This soil is well suited to paths and trails. average about 5 percent. Areas of this map unit furnish an abundance of woody Typically, the surface layer is moderately alkaline, clay and herbaceous plants that provide excellent food and loam about 15 inches thick. It is dark grayish brown in cover for deer, quail, and doves. the upper 9 inches and brown in the lower 6 inches. The This soil is in capability subclass Vle and the Sandy subsoil, from a depth of 15 to 63 inches, is moderately Loam range site, alkaline clay loam. It is pale brown in the upper part and reddish yellow with many soft masses of calcium 77—Sunev clay loam, 1 to 3 percent slopes. This carbonate in the lower part. deep, gently sloping, loamy soil is on low stream This soil is well drained. Permeability is moderate, and terraces and foot slopes of ridges. Areas are long and available water capacity is medium. Runoff is medium, narrow and range from 5 to about 140 acres. and the hazard of erosion is severe. This sail has good Typically, the surface layer is moderately alkaline, dark tilth and can be worked throughout a wide range of grayish brown clay foam about 19 inches thick. The moisture conditions. The root zone is deep and is easily subsoil, from a depth of 19 to 72 inches, is moderately penetrated by plant roots. Chlorosis affects some plants alkaline, pale brown clay loam and has many masses grown on this soil. and concretions of calcium carbonate. Included with this soil in mapping are small areas of This soil is well drained. Permeability is moderate, and Bolar soils on upper slopes and Sanger soils along toot available water capacity is medium. Runoff is medium, slopes. These included soils make up less than 15 and the hazard of erosion is moderate. This soil can be percent of any mapped area. easily worked. When plowed at most moisture levels, the This Sunev soil is well suited to use as pastureland. soil crumbles and forms a gored seedbed. The root zone Adapted pasture species are improved bermudagrass, ' Tara:-.t (;ourty. ioxas Abb ALT- 2M MAIO" 1 - r P� figure 20,—Barge lakes in the county are used for recreation. This recreation area is in a small area of sunev clay loam below an area of Aledo-8olar complex, 5 to 20 percent slopes. ft kleingrass, indiangrass, switchgrass, sweetclover, and strength affecting streets and roads are the main vetch. Proper management includes weed control, limitations. Seeding bare construction sites to grass and fertilization, and controlled grazing. using good design and careful installation help to This soil is moderately suited to use as cropland. overcome these limitations. The clay loam surface that is Slope, the severe hazard of erosion, and the high sticky when the soil is wet is a limitation for recreation content of lime in the subsoil are the main limitations. uses (fig. 21). Slope is a limitation for the use of this soil Management objectives are controlling erosion, for playgrounds. improving soil filth, and conserving soil moisture. Areas of this map unit are preferred by quail and Terracing and farming on the contour help to slow runoff ground-nesting birds because the ground cover and food and to control erosion. Grassed waterways are needed are excellent. for terrace outlets. Growing closely spaced crops that This soil is in capability subclass We and the Clay produce large amounts of residue and leaving crop Loam range site. residue on or near the soil surface help to slow runoff, improve fifth, and conserve soil moisture. 79—Sunev-Urban land complex, 2 to 8 percent �. The Sunev soil is well suited to most urban and slopes. The soil in this complex is deep and gently recreation uses. Slope, the hazard of erosion, and Pow sloping and sloping. It is on ancient stream terraces and ffarrant County, Texas 109 The Sgt horizon is reddish brown or dark reddish sandy clay loam. Reaction ranges from strongly acid to brown clay. Calcium carbonate occurs as coatings on slightly acid. the surfaces of fragments and in fractures. The Cr horizon is white, very pale brown, or yelfow The R layer is hard limestone that is fractured in the sandstone that is weakly cemented when it is moist and upper part. strongly cemented when it is dry. Stratified, loose unconsolidated packsand underlies the sandstone. Stephenville series The Stephenville soils mapped in Tarrant County are taxadjuncts to the Stephenville series because they have The Stephenville series consists of well drained, hues of 7.5YR and 10YR in the 132t horizon. These moderately deep, loamy soils on uplands. These soils colors are outside the range of the Stephenville series. farmed in weakly cemented sandstone. Slope ranges Use, management, and behavior of these soils, however, from 8 to 15 percent. are similar to the soils of the Stephenville series. Typical pedon of Stephenville fine sandy loam, 8 to 15 percent slopes; from the intersection of Farm Road 1886 Sunev series and Texas Highway 199 in the town of Lakeside, this pedon is 2.81 miles northwest on Texas Highway 199, The Sunev series consists of well drained, deep, 0.19 mile north on a county road, 0.6 mile northeast on a loamy soils on uplands. These soils formed in alkaline, county road, and 320 feet east, in a wooded area; loamy material on colluvial foot slopes and on deposits on ancient stream terraces. Slope ranges from 1 to 8 A-1-0 to 6 inches; brown (10YR 513) fine sandy loam, percent. dark brown (10YR 313) moist; weak fine granular Typical pedon of Sunev clay loam, 3 to 8 percent structure; slightly hard, very friable; common fine slopes; from the intersection of Interstate Highway 35W and medium roots; few wormcasts; neutral; clear and South Loop 820 in the city of Fort Worth, this pedon smooth boundary. is 5.59 miles west on South Loop 820, 0.45 mile A2-6 to 11 inches; pale brown (10YR 6/3) fine sandy northeast and east on a private road, and 60 feet east, loam, brown (10YR 513) moist; weak medium in rangeland: subangular blocky structure; slightly hard, very friable; common fine and medium roots; few A11-0 to 9 inches; dark grayish brown (10YR 412) clay ^- wormcasts; medium acid; clear smooth boundary, loam, very dark grayish brown (10YR 312) moist B21t-11 to 27 inches; very pale brown (10YR 714) moderate fine and medium granular structure; hard, sandy clay loam, light yellowish brown (10YR 614) friable; many fine and medium roots; common fine moist; weak medium subangular blocky structure; and medium pores; common wormcasts; few hard, friable; common fine and medium roots; fragments of snail shells; few fine concretions of common fine and medium pores; few wormcasts calcium carbonate; few fragments of limestone as and channels; clay films on faces of peds; strongly much as 1 centimeter in diameter; calcareous; acid; gradual wavy boundary. moderately alkaline; gradual smooth boundary. B22t-27 to 32 inches; very pale brown (10YR 814) fine Al2-9 to 1'.5 inches; brown (10YR 513) clay loam, dark sandy loam, light yellowish brown (1 OYR 614) moist; brown (10YR 313) moist; strong fine and medium weak fine subangular blocky structure; slightly hard, blocky structure; hard, friable; common fine and very friable; few fine and medium roots; few patchy medium roots; common fine and medium pores; clay films on faces of peds and bridging sand grains; common wormcasts; few fragments of snail shells; common fragments of weakly cemented sandstone; common concretions of calcium carbonate; few films strongly acid; gradual irregular boundary. and threads of calcium carbonate; common Cr-32 to 50 inches; white (10YR 812), weakly fragments of limestone as much as 2 centimeters in cemented fractured sandstone; very pale brown diameter; calcareous; moderately alkaline; gradual V (10YR 713) moist; few fine distinct yellow (10YR smooth boundary. _ 716) mottles; few roots in fractures; sandstone easy 132ca-15 to 26 inches; pale Drown (10YR 613) clay I to penetrate with spade when moist; medium acid, loam, brown (10YR 513) mast; moderate fine subangular blocky structure; hard, friable; few fine The solum is 20 to 40 inches thick. roots; common fine and medium po►es; common The Al horizon is brown, dark grayish brown, or wormcasts; few fine fragments of snail shells; grayish brown. Reaction is slightly acid or neutral. The common films and threads of calcium carbonate; A2 horizon is brown, grayish brown, pale brown, light common concretions of calcium carbonate as much yellowish brown, or very pale Brown fine sandy loam or as 1 centimeter in diameter; about 54 percent - loamy fine sand. Reaction ranges from strongly acid to calcium carbonate equivalent; calcareous; slightly acid. moderately alkaline; clear smooth boundary. The B2t horizon is light yellowish brown, very pale B3ca-26 to 63 inches; reddish yellow (7.5YR 616) clay brown, yellow, or reddish yellow fine sandy loam or loam, strong brown (7.5YR 516) moist; strong very 110 Soil survey fine and fine subangular blocky structure; hard, extremely hard, very firm, very sticky and plastic; friable; common fine roots; common fine and few fine roots; few fragments of snail shells; few fine medium pores; common wormcasts; few fine black concretions; few concretions of calcium fragments of snail shells; many films, threads, carbonate; many intersecting slickensides; concretions, and soft powdery masses of calcium calcareous; moderately alkaline_ carbonate; about 60 percent calcium carbonate equivalent; common fragments of limestone as The solum ranges from 60 to more than 75 inches in much as 2 centimeters in diameter; calcareous; thickness. The clay content is 64 to 75 percent moderately alkaNne. throughout. When the soil is dry, cracks 1 inch to 4 inches wide extend to a depth of more than 20 inches. The solum ranges from 40 to 70 inches in thickness. Intersecting slickensides begin at a depth below 24 Siliceous and limestone pebbles are 0 to 15 percent by inches. Cycles of microdepressions and microknolis are volume throughout. The calcium carbonate equivalent present, and in undisturbed areas the microknolls are 2 ranges from 40 to 70 percent between a depth of 10 and to 6 inches higher than the microdepressions. 40 inches. The A horizon is very dark gray or dark gray. Some The A horizon is dark grayish brown, dark brown, pedons are gray or dark grayish brown below a depth of brown, or grayish brown. 30 inches, and some pedons have few to common The 132ca and Baca horizons are brown, pale brown, brownish or yellowish mottles_ very pale brown, yellowish brown, reddish yellow, or light yellowish brown loam, clay loam, or silty clay loam. Films Weatherford series and threads of soft calcium carbonate are common to The Weatherford series consists of well drained, deep, many. loamy soils on uplands. These soils formed in weakly Where the C horizon is present, it is very pale grown cemented sandstone interbedded with packsand. Slope or reddish yellow fine sandy loam, loam, or clay loam, ranges from 3 to 8 percent. Some pedons on stream terraces are underlain by Typical pedon of Weatherford fine sandy loam, 3 to 6 gravel. percent slopes; from the intersection of Texas Highway 199 and Farm Road 730 in the town of Azle, this pedon Trinity series is 4.7 miles north on Farm Road 730 and 100 feet east, The Trinity series consists of somewhat poorly in a wooded area: drained, deep, clayey soils on flood plains. These soils ,q1-0 to 3 inches; brown (10YR 513) fine sandy loam, formed in alkaline, clayey alluvial sediment. Slope ranges dark brown (10YR 313) moist; weak fine subangular from 0 to 1 percent, blocky structure; hard, friable; many fine and Typicai pedon of Trinity clay, frequently flooded; from medium roots; few wormcasts; few fragments of the intersection of Fast Loop 820 and Trinity Boulevard sandstone on surface; neutral; clear smooth in the city of Fort Worth, 4.38 miles east on Trinity boundary. Boulevard, 0.32 mile south on Arlington-Bedford Road, A2--3 to 6 inches; pale brown (10YR 813) fine sandy and 400 feet east of a county road, in a field: loam, brown (10YR 413) moist; weak fine subangular AP-0 #0 6 inches; dark gray (10YR 411) clay, very dark blocky structure; hard, friable; many fine and gray 10YR 311 moist; moderate medium block n`1edium roots; few wormcasts; slightly acid; abrupt g y ( ) Y smooth boundary_ structure; extremely hard, very firm, very sticky and B21 t--6 to 15 inches; yellowish red (5YR 518) clay loam, plastic; few fine roots; few wormcasts; few yellowish red (5YR 418) moist; moderate medium fragments of snail shells; few fine black concretions; blocky structure; very hard, firm; common fine roots; calcareous; moderately alkaline; abrupt smooth few worm channels; many thick clay films; medium boundary. acid; gradual smooth boundary. Al2-6 to 32 inches; dark gray (10Y9 411) clay, very E322t-15 to 23 inches; light red (2.5YR 618) sandy clay dark gray (10YR 311) moist; moderate medium loam, red (2.5YR 518) moist; moderate coarse angular blocky and moderate fine angular blocky prismatic structure; very hard, firm; common fine structure; extremely hard, very firm, very sticky and roots, many thick clay films; medium acid; gradual plastic; few fine roots; few wormcasts; few smooth boundary. fragments of snail shells; few fine black concretions; B23t-23 to 30 inches; reddish yellow (5YR 618) sandy many intersecting slickensides; calcareous; clay loam, yellowish red (5YR 518) moist; moderate moderately alkaline; diffuse wavy boundary. coarse prismatic structure parting to weak medium w A13-32 to 63 inches; dark gray (10YR 411) clay, very subangular blocky; very hard, firm; common fine dark gray (10YR 311) moist; common medium roots; many thick clay films with few fine uncoated distinct very dark grayish brown (10YR 312) mottles; sand grains between faces of prisms; medium acid; rmoderate fine and coarse angular blocky structure; gradual smooth boundary. r arrant County, Texas 57 This complex is not in a capability subclass or range the surface. Also included are small areas of soils that site. have been covered by fill material. These included areas make up as much as 20 percent of the mapped areas. f30--Trinity clay, frequently flooded. This deep, The soils that make up Urban land have been altered nearly level, clayey soil is on flood plaints of major and obscured to the extent that they can not be streams. It is flooded once every year to once every two classified. 4ears. Flooding lasts from several hours to one day. This map unit is not in a capability subclass or range ,Areas are long and broad and parallel the stream site. channel. They range from 20 to about 1,500 acres. Slopes range from 0 to 1 percent. 62--Weatherford fine sandy loam, 3 to 6 percent Typically, this soil is moderately alkaline, dark gray slopes. This deep, gently sloping and sloping soil is on clay to a depth of 63 inches. it has very dark grayish slopes above drainageways. Areas follow the contour of brown mottles below a depth of 32 inches. slope and are longer than they are wide. They range This soil is somewhat poorly drained. Permeability is from 10 to about 120 acres. Slopes are convex and Very slow, and available water capacity is high. Runoff is average about 5 percent. very slow, and the hazard of erosion is slight. When the Typically, the surface layer is brownish fine sandy _ soil is dry, deep, wide cracks form at the surface. Water loam about 6 inches thick. The subsoil, from a depth of ponds on the surface for a few hours following rains. 6 to about 51 inches, is sandy clay loam. It is reddish in The root zone is deep, but plant roots slowly penetrate the upper part and yellowish in the lower part. Below that the clayey material. is stratified pink and white packsand and weakly - Included with this soil in mapping are small areas of cemented sandstone. Reaction typically is neutral in the V Ovan soils and areas of Trinity soils that have as much upper part of the soil and medium acid in the lower part. as 10 inches of dark grayish brown overwash deposited This soil is well drained. Permeability is moderate, and on the surface. The included soils make up as much as available water capacity is medium. Runoff is medium, - 30 percent of a mapped area. and the hazard of erasion is severe. Areas that are bare This soil is used mainly as pastureland and is well of vegetation are subject to soil blowing. This soil is easy suited to this use. Adapted pasture plants commonly to work throughout a wide range of moisture conditions. grown are improved bermudagrass, tall fescuegrass, The root zone is deep, and plant roots can easily indiangrass, switchgrass, kleingrass, johnsongrass, penetrate the lower layers. sweetclover, and singletary peas. Fertilization, weedIncluded with this soil in mapping are small areas of control, and controlled grazing are pasture management 'Selden soils on lower slopes and Windthorst soils on upper slopes and ridges. A few areas of eroded objectives. Weatherford soils, from which most of the surface layer The hazard of flooding is the main limitation for use as has been removed, are included. A few uncrossable cropland and for urban and recreation uses. This gullies are present in some areas. These included soils limitation can be overcome only by major flood central. make up as much as 20 percent of any mapped area. Wetness, very slow permeability, and the clay texture This Weatherford soil is mainly used as pastureland throughout that causes deep, wide cracks to form when and rangeland. It is moderately suited to use as the soil is dry and causes stickiness when the soil is wet pastureland. Improved bermudagrass, kleingrass, are also limitations for urban and recreation uses. weeping lovegrass, indiangrass, switchgrass, vetch, and Areas of this map unit are excellent for wildlife habitat_ arrowleaf clover are commonly grown. Proper pasture These areas furnish cover, food, and nesting for many management includes f4rtilizabon, weed control, and songbirds, quail, doves, rabbits, squirrels, raccoons, and controlled grazing. deer. This soil is moderately suited to use as cropland. Low This soil is in capability subclass Vw and the Clayey natural fertility and runoff are limitations for production. Bottomland range site. Management concerns are controlling water erosion and soil blowing and improving soil tilth. Terracing and 61—Urban land. This unit consists of areas that are farming on the contour help to slow runoff and to reduce 85 to 100 percent works and structures, such as office erosion+. Grassed waterways are needed to stabilize buildings, hotels, railroad yards, airports, multiple-unit terrace outlets. Leaving crop residue on the surface and dwellings, shopping centers, churches, schools, streets, growing cool season legumes help to slow runoff, sidewalks, and paved parking lots. Most of the sales, improve soil filth, and control soil blowing. service, banking, professional, educational, The Weatherford soil is well suited to most urban and enterlainrnent, and governmental functions of the cities recreation uses. Low strength affecting streets and roads are concentrated in these areas. and slope are the main limitations. Good design and Most of the rainfall in those areas runs off and careful installation can easily overcome these limitations, reaches major drains rapidly. Areas left bare of vegetation during construction are Included in mapping are some built-up areas on which easily erodible. Slope is a limitation for using this sol for buildings and structures cover less than 85 percent of playgrounds, Soil survey 58 Areas of this map unit furnish an abundance of woody very slow, and available water capacity is high. Surface and herbaceous plants that provide excellent food and runoff is slow, and the hazard of erosion is slight. In cover for deer, quail, and doves. depressed areas, water is ponded on the surface for a This soil is in capability subclass Ne and the Sandy few hours following rains. The wetness delays planting Loam range site. early in spring and slows plant growth. This soil is difficult to work because of surface crusts and dense 83—Whitesboro loam, frequently flooded. This plowpans that form in cultivated areas. The root zone is deep, nearly level, loamy soil is on flood plains of major deep, but plant roots slowly penetrate the clayey streams. It floods once to 3 times in most years for underlying layers. periods of several hours to two days. Areas are mainly Included with this soil in mapping are small areas of long and narrow and range from 15 to about 240 acres. Burleson soils in slightly lower positions on the Slopes range from 0 to 1 percent. landscape and Navo and Ponder soils on slight ridges. Typically, the surface layer, to a depth of 14 inches, is These included soils make up less than 20 percent of slightly acid, dark grayish grown loam, grading to clay mapped areas. loam in the lower part. Below that, to a depth os 26 This Wilson soil is used almost equally as cropland inches, it is dark gray loam. The upper pari of the and pastureland. It is moderately suited to use as subsoil, from a depth of 26 to 36 inches, is dark grayish cropland. The main crops are grain sorghum, cotton, and brown loam. From a depth of 36 to 80 inches, it is gray small grain. Surface crusting and droughtiness are clay loam that has brownish mottles. Reaction typically is limitations for production. The objectives of management slightly acid in the upper part of the soil, grading to mildly are conserving moisture, improving tilth, and maintaining alkaline in the lower part. fertility. Surface drainage may be needed in a few areas_ This soil is moderately well drained. Permeability is Growing crops that produce large amounts of residue moderate, and available water capacity is high_ Surface and leaving the residue on the surface helps to conserve runoff is slow, and the hazard of erosion is slight. The moisture, reduce crusting, and improve tilth. Growing root zone is deep and is easily penetrated by plant roots. warm or cool season legumes helps to improve tilth and Included with this soil in mapping are small areas of fertility. Pulexas soils on natural levees along stream channels This soil is well suited to use as pastureland, but and near adjacent uplands. Soils similar to the seedbed preparation is difficult because of the crusty Whltesboro soil but that have a stratified sandy and surface and rapid changes in surface moisture loamy surface layer are included. The included soils conditions. Improved bermudagrass, kleingrass, make up as much as 20 percent of some mapped areas. arrowleaf clover, and singletary peas are commonly This Whitesboro soil is mainly used as pastureland grown. Grazing when the soil is wet causes soil and is well suited to this use. Adapted pasture species compaction. Proper pasture management includes are improved bermudagrass, tall fescue, switchgrass, ., johnsongrass, singletary peas, and arrowleaf clover_ fertilization, weed control, and controlled grazing. Proper pasture management includes fertilization, weed The Wilson soil is poorly suited to most urban uses, control, and controlled grazing, The main limitations are shrinking and swelling with The hazard of flooding is the main limitation for use as changes in moisture, seasonal wetness, corrosivity to cropland and for most urban and recreation uses. This uncoated steel, and permeability. These limitations can limitation can only be overcome by major flood control, only be partly overcome by good design and careful Areas of this map unit are excellent for quail, doves, installation, deer, squirrels, and raccoons. Many songbirds frequent This soil is poorly suited to most recreation uses. The on the area for food, cover, and nesting. main limitations are seasonal wetness, very slow This soil is in capability subclass Vw and the Loamy permeability, and the clay loam surface that is sticky Bottomland range site- when the soil is wet. Grading, drainage, and keeping a good qrass cover can help to overcome these 84—Wilson clay loam, 0 to 2 percent slopes. This limitations. deep, nearly level to gently sloping, loamy soil is on Areas of this map unit are inhabited by doves and upland ridges and in slightly depressed areas above quail, along with prairie dogs, coyote, rabbits, badgers, drainageways (fig. 22). Areas are long and narrow to and skunks. Ample food for songbirds is provided by the broad and range from 5 to about 350 acres. Slopes wide variety of fortis. average less than 1 percent. This soil is in capability subclass lllw and the Claypar, Typically, the surface layer is slightly acid, dark gray Prairie range site, i clay loam about 6 inches thick. The subsoil, from a depth of 5 to 17 inches, is slightly acid, very dark gray clay loam. From a depth of 17 to 76 inches, it is slightly 85--Wilson-Urban land complex, 0 to 2 percent acid clay that is very dark gray in the upper part, grading slopes. The scif in this complex is deep and nearly level to grayish brown in the lower part. to gently sloping. It is in low, concave areas and or, This soil is somewhat poorly drained. Permeability is areas above natural drainageways. Areas are mainly _ �41i 110 Soil survey fine and fine subangular blocky structure; hard, extremely hard, very firm, very sticky and plastic; friable; common fine roots; commons fine and few fine roots; few fragments of snail shells; few fine medium pores; common wormcasts; few fine black concretions; few concretions of calcium fragments of snail shells; many films, threads, carbonate; many intersecting slickensides; concretions, and soft powdery masses of calcium calcareous; moderately alkaline. carbonate;. about 60 percent calcium carbonate � equivalent; common fragments of limestone as The solum ranges from 60 to more than 75 inches in much as 2 centimeters in diameter; calcareous; thickness. The clay content is 60 to 75 percent moderately alkaline. throughout. When the soil is dry, cracks 1 inch to 4 inches wide extend to a depth of more than 20 inches. The solum ranges from 40 to 70 incises in thickness. intersecting slickensides begin at a depth below 24 Siliceous and limestone pebbles are 0 to 15 percent by inches. Cycles of microdepressions and microknolls are volume throughout. The calcium carbonate equivalent present, and in undisturbed areas the microknolis are 2 ranges from 40 to 70 percent between a depth of 10 and to 6 inches higher than the microdepressions. f 40 inches. The A horizon is very dark gray or dark gray. Some The A horizon is dark grayish brown, dark browns, pedons are gray or dark grayish brown below a depth of brown, or grayish brown. 30 inches, and some pedons have few to common The B2ca and 83ca horizons are brown, pare brown, brownish or yellowish mottles. very pale brown, yellowish brown, reddish yellow, or light yellowish brown loam, clay loam, or silty clay loam. Films Weatherford series and threads of soft calcium carbonate are common to The Weatherford series consists of well drained, deep, many. Where the C horizon is present, it is very pale brawn loamy soils on upiands. These soils farmed in weakly demented sandstone interbedded with packsand. Slope or reddish yellow fine sandy loam, loam, or clay loam. Some pedons on stream terraces are underlain by ranges from 3 to 8 percent. Typical pedon of Weatherford fine sandy loam, 3 to S gravel. percent slopes,- from the intersection of Texas Highway 199 and Farm Road 730 in the town of Azle, this pedon Trinity series is 4,7 miles north on Farm Road 730 and 100 feet east, The Trinity series consists of somewhat poorly in a wooded area: drained, deep, clayey soils on flood plains. These sails Al—O to 3 inches; brown (10YR 513) fine sandy loam, formed in alkaline, clayey alluvial sediment. Slope ranges dark brown (10YR 3/3) moist; weak fine subangular from 0 to 1 percent. blocky structure; 'hard, friable; many fine and Typical pedons of Trinity clay, frequently flooded; from medium routs; few wormcasts; few fragments of the intersection of East Loop 820 and Trinity Boulevard sandstone on surface; neutral; clear smooth in the city of Fort Worth, 4.38 miles east on Trinity boundary. Boulevard, 0.32 mile south on Arlington-Bedford Road, A2--3 to 6 inches; pale brown (1OYR 6/3) fine sandy and 400 feet east of a county road, in a field: loam, brown (10YR 4/3) moist; weak fine subangular blocky structure; hard, friable; many fine and Ap-0 to 6 inches; dark gray (1OYR 4/1) clay, very dark medium roots; few wormcasts; slightiy acid; abrupt gray (10YR 3/1) moist; moderate medium blocky smooth boundary. structure; extremely hard, very firm, very sticky and B21 t-6 to 15 inches; yellowish red (5YR 518) clay loam, plastic; few fine roots; few wormcasts; few yellowish red (5YR 418) moist; moderate medium fragments of snail shells; few fine black concretions: blocky structure; very hard, firm; common fine roots. calcareous; moderately alkaline; abrupt smooth few worm channels; many thick clay films; medium boundary. acid; gradual smooth boundary. Al 2-6 to 32 inches; dark gray (IOYR 411) clay, very B22t---15 to 23 inches; light red (2.5YR 6/8) sandy clay dark gray (10YR 311) moist; moderate medium loam, red (2-5YR 5/8) moist; moderate coarse angular blocky and moderate fine angular blocky prismatic structure; very hard, firm; common fine structure; extremely hard, very firm, very sticky and roots, many thick clay films; medium acid; gradual plastic; few fine roots; few wormcasts; few smooth boundary, fragments of snail shells; few fine black concretions; 823t-23 to 30 inches; reddish yellow (5YR 6/8l sandy many intersecting slickensides; calcareous; clay loam, yellowish red (5YR 518) moist; moderate moderately alkaline; diffuse wavy boundary. coarse prismatic structure parting to weak medium A13-32 to 63 inches; dark gray (10YR 4/1) clay. very subangular blocky; very hard, firm; common fine dark gray (10YR 311) moist; common medium roots; many thick clay films with few fine uncoated �s p Cit 1S�1 h;pWil 111 )N A 312} mottles; sand grains between faces of prisms; rnedium acid; graduat smooth boundary. moderate fine and coarse s,r1g41�Sf bls�cky Structure; 'linty, Texas 111 to 51 inches; reddish yellow (7.5YR 6/6) sandy black concretions; slightly acid; gradual smooth rn, strong brown (7.5YR 5/6) moist; common boundary. m faint strong brown (7.5YR 5/6) mottles; A13-14 to 26 inches; dark gray (10YR 4/1) loam, very Ste medium prismatic structure parting to dark gray (10YR 3/1) moist; moderate fine and fine subangular blocky; very hard, firm; few medium subangular blocky structure; hard, firm; few its; many fine and medium pores; common roots; few wormcasts; few fine black concretions; brown and light gray clay films; few neutral; gradual smooth boundary. ted light gray sand grains on faces of prisms; B21-26 to 36 inches; dark grayish brown (10YR 4/2) m acid; gradual smooth boundary. loam, very dark grayish brown (10YR 3/2) moist; 60 incises; stratified, pink (7.5YR 714) and common medium distinct dark yellowish brown (iOYR 812) packsand and weakly cemented (10YR 4/4) mottles; moderate fine and medium stone; common medium distinct reddish yellow subangular blocky structure, hard, friable; few fine 3 6/6) motiles; massive; hard when dry but roots; few wormcasts; few fine pores; few fine and mes friable upon moistening; few reddish hrown medium black concretions; mildly alkaline; diffuse flows in upper part; slightly acid. smooth boundary. B22-36 to 61 inches; gray (10YR 5/1) clay loam, dark lum ranges from 40 to 60 inches in thickness, gray (10YR 4/1) moist; common medium distinct y content within the control sections is 22 to 35 dark yellowish brown (10YR 4/4) and yellowish brown (10YR 5/6) mottles; moderate medium blocky I horizon is pale brown, brown, or grayish structure; (lard, firm; few fine roots; few fine and i11e A2 horizon has value and chroma 1 or 2 medium pores; few fine and mediums black or in color than the Al horizon. The thickness concretions; mildly alkaline; diffuse smooth horizon is 6 to 12 inches. Reaction ranges from boundary. acid to neutral. B23-61 to 80 inches; gray (10YR 5/1) clay loam, dark horizon is red, yellowish red, reddish yellow, gray (10YR 4/1) moist; common medium distinct red sandy clay loam or clay loam. In some yellowish brown (10YR 5/6) mottles;. moderate yellowish or brownish mottles are in the lower medium blocky structure; very hard, firm; few fine the horizon. Reaction is strongly acid or medium roots; common medium black concretions; mildly alkaline. Cr horizon is pink or white, weakly cemented The solum ranges from 40 to more than 60 inches in one interbedded with packsand that hardens when thickness. The mollic epipedon is 20 to 50 inches thick, The clay content of the control section is 22 to 35 sboro series percent. The A horizon is dark gray, dark grayish brown, dark Whitesboro series consists of moderately well brown, or very dark gray. There are few to common: deep, loamy soils on bottom lands. These soils mottles in shades of gray or brown at a depth of 40 in loamy alluvial sediment. Slope ranges from 0 inches. The Al2 and A13 horizons are loam or clay percent. loam. Reaction ranges from slightly acid to mildly caI pedon of Whitesboro loam, frequently flooded; alkaline. ttte intersection of Texas Highway 114 and Texas rhe B horizon is gray, grayish brown, brown, or dark ay 121A (Farm Road 157) in the town of grayish brown loam, clay loam, or sandy clay loam ►rinse, this pedon is 1.3 miles south on Texas mottled in shades of gray, brown, or yellow_ Reaction ay 121 A, 0.5 mile west on a county road, and 600 ranges from neutral to moderately alkaline. south, in a flood plain of Big Bear Creek; Wilson Series to 6 inches; dark grayish brown (10YR 4/2) loam, The Wilson series consists of somewhat poorly very dark grayish brown (10YR 3/2) moist; moderate drained, deep, loamy soils on uplands. These soils medium subangular blocky structure; hard, firm; formed in clayey sediment. Slope ranges from 0 to 2 common roots; few wormcasts and channels; few percent. line black concretions; slightly acid; clear smooth Typical pedon of Wilson clay loam, 0 to 2 percent boundary, slopes; from the intersection of Texas Highway 121 and 9-6 to 14 inches; dark grayish brown (10YR 4/2) Old Grapevine Road in the town of Grapevine, 1 mile clay loam, very dark grayish brown (10YR 3/2) east on Did Grapevine Road and 300 feet north, in a moist; common medium faint brown (10YR 5/3) pasture: mottles: moderate fine and mediums blocky structure; hard, firm; common roots; common wormcasts and Al-0 to 6 inches; dark gray (1OYR 4/1) clay loam, very channels; common fine and medium pores, few fine dark gray (10YR 3/1) moist; weak medium granular t F ATTACHMENT 12 R ENDANGERED AND THREATENED SPECIES f. i 1 r E"' °ply United States Department of the Interior FISH AND WU DLIF'E SERVICE Ecological Services � a� WinSvstems Cuter Buitdino a 711 Stadium Drive,SWtc 252 2-I2-03-I-388 Arlington,Testis 76011 July 14, 2003 Mr. Elliott Carman Alan Plummer Associates, Inc. 841 West Mitchell Street Arlington, Texas 76013 Dear Mr. Carman: This responds to your June 21, 2003, letter requesting review of a biological assessment of potential impacts to federally listed species resulting from the City of Fort Worth's Lake Worth South Shore Project in Tarrant County, Texas, The proposed project consists of the construction of approximately 38,000 linear feet of sanitary sewer pipeline from Goodnight Circle to Bomber Plant Road and would be constructed in two phases. �. The assessment evaluates the potential effects to the endangered whooping crane (Gros americana), endangered interior least tern, (Sterna antillaruna), threatened bald eagle (Haliaeetas leacorephalus), and proposed threatened mountain plover (Charadrias niontanus), which are �. known to occur, or have been documented in Tarrant County. With the exception of the bald eagle, it is anticipated that the proposed action would have no effect on these species. Bald eagles are regular winter residents at Lake Werth and may be affected by the project. s To avoid impacts to the eagle, the following measures would be included in the construction plans for the proposed project: e the majority of pipeline would follow existing road right-of--way, e alignment would be located within or i unediately adjacent to existing roads, a staging areas would be located in areas devoid of large trees, 0 portions of the project closest to known eagle locations (Goodnight and Lake Haven areas) would be scheduled outside of the wintering season, and a construction activities would be postponed should eagles be present within project areas. With these measures incorporated into the project plans, we believe the proposed action is not likely to adversely affect the bald eagle. A Thank you for the opportunity to comment on the proposed project, If you have any questions, please contact Omar Bocanegra of my staff at (8 17) 277-1100. Sincerely, s�W`t Thomas 1. Claud, Jr. .� Field Supervisor .y N ►M+ ALAN PLUMMER ASSOCIATES, INC ENVIRONMENTAL ENGINEERS+DESIGNERS+SOrENTISTS FAMES L ALTSTAMCK PE 3 00/2 18-32 JEFFREY F CAFFEY,PE 3 D 1. ll G srEPHEN J COONAN.P.E. June 21, 3 PEGGY W GLASS.✓%E7 1, 2043 rDAVID A.GUDAL PE' A-LEE HEAD,III.PE BETTY L JORDAN PE KENNETH G.LAWRENCE PE U.S. Fish and Wildlife Service CLETUS R MARTIN PE. Field Supervisor LORETTAE.MOKRY Arlington, Tcxas Ecological-Services Field Office rT)NOTHY I NOACK•PE 7I I Stadium Drive, Suite 252. MARS A PfRKINS.PE. Arlington, Texas 76011 ALAN H.PLUMMER.JR.PE.UEE RICHARD H SMITH.P.E Re, Evaluation for potential impacts to federally listed species for the proposed CHARLESI.TRACY PE. City of Fort Worth's Lake Worth South Shore project located in Tarrant ALAN R TUCKER-PE. P PONATHAN YOUNG.PhV_.P€ County,Texas_ Dear Field Supervisor: Due to the expansion of residential developments along. Lake Worth's south shore, the City of Fort Worth is proposing the Lake Worth South Shore project. To date, existing residences in the area have been utilizing on-site septic systems for the treatment of sanitary wastewater. The proposed project will not only provide wastewater collection from future developments, but from the existing residences as well, thereby minimizing nutrient inputs to Lake Worth from on-site treatment systems and facilitating Improvement of water quality in Lake Worth. This project involves the construction of approximately 38,000 linear feet (LF) of sanitary sewer pipeline from Goodnight Circle to Bomber Plant Road in western Tarrant County, Texas. The pipeline will be constructed in two phases: Phase I consists of approximately 10,600 LF of 8-inch, 10-inch to 12-inch gravity sewer line while Phase ll consists of approximately 27,140 LF of 1.5-inch to 3-inch low-pressure sewer line. A survey for the species of concern as well as their preferred and designated critical habitat as listed by the U.S. Fish and Wildlife Service for Tarrant County was conducted on November 4, 2002 rune 10, 2003 by Alan Plummer Associates, Inc. for the proposed pipeline. Designated critical habitat is not present for any of the federally listed threatened or endangered species within the project area and none of the species was observed during the on-site investigation; however, habitat is present that could support the bald eagle(H'aliaeetus leucocephalus). Numerous conservation measures are being implemented to minimize disturbances 9,I wvEsr MITi.lAEJJ to the bald eagles. Some of these measures include aligning the pipeline within or AF "JN If kA °-+111 pJE 00.151..npr ';1Prejecls1318132[lO1L]oc1T&Bltake Wprth,T&E GTR-doe Ihxn i,rrlu vi r .. iiJ rvcan+ USFWS Field Supervisor Page 2 ,lune 21, 2003 adjacent to existing roadways and within road right-of-way to minimize the need to clear additional trees. The timing of construction will also be adjusted such that .M Phase I begins prior to the eagles normal arrival and the portions of Phase E nearest to the eagles nesting habitat will be delayed until after they are typically gone. 4%These conservation measures are described in more detail in the enclosed Biological Assessment. Finally, the proposed project may affect bald eagles within the project area; however, based on the conservation measures presented, the effects are likely to be insignificant or discountable. Therefore, a "not likely to adversely affect" determination for the proposed project is recommended at this time_ At this time, we are requesting a concurrence letter regarding impacts to federally listed threatened or endangered species or their critical habitat within the proposed Lake Worth South Shore project. Should you have any questions or comments regarding this project or enclosed assessment, please do not hesitate to call me at (817) 461-1491. Sincerely, ALAN PLUMMER ASSOCfATES, INC. � r MM Elliott Carman M, Mr. Jeff Caffey, P.E.; Alan Plummer Associates, Inc. Enclosure , 1 Ink I FAPToiectsO r M32000ocNT&R[Ae.wpr,h_T&E LTR.dvc 3 EINOIONIEttY.^"",.E0.5-OESG+E.ab-SCENIIf I S 9!1 BIOLOGICAL ASSESSMENT OF POTENTIAL IMPACTS TO LISTED SPECIES RESULTING FROM THE CI'T'Y OF FORT WORTH LADE WORTH SOUTH SHONE T PROJECT Tarrant County, Texas June 21, 2003 Alan Plummer- Associates, Inc... Biological Assessment of Potential Impacts to Listed Species Resulting from the City of Fort Worth Lake Worth South Shore Project Tarrant County,Texas Introduction This report provides an assessment of the potential impacts to listed species and their habitat r` resulting from the proposed Lake Worth South Shore project in western Tarrant County, Texas. This report was prepared based on guidelines outlined in the "Components of a Biological r Assessment or Evaluation" published by the U.S. Fish and Wildlife Service (USFWS), Arlington, Texas Ecological Services Field Office. Project Description Due to the expansion of residential developments along Lake Worth's south shore, the City of Fort Worth is proposing the Lake Worth South Shore project. To date, existing residences in the area have been utilizing on-site septic systems for the treatment of sanitary wastewater. The proposed project will not only provide wastewater collection from fixture developments, but from the existing residences as well, thereby minimizing nutrient inputs to Lake Worth from on-site treatment systems and facilitating improvement of water quality in Lake Worth. r This project involves the construction of approximately 38,000 linear feet (LF) of sanitary sewer pipeline from Goodnight Circle to Bomber Plant Road in western Tarrant County, Texas. The City owns most of the property along the proposed route and leases the residential lots. Once the proposed pipeline is completed, the City proposes to sell the lots to the homeowners. The pipeline will be constructed in two phases (Phase 1 and Phase 2) and will be placed from within the existing pavement to an average of four feet from the existing pavement and almost entirely within the proposed road right-of-way (ROW). Phase I consists of approximately 10,600 LF of 8-inch, 10-inch to 12-inch gravity sewer line while Phase II consists of approximately 27,100 LF of 1.5-inch to 3-inch low-pressure sewer line. Portions of the proposed ROW have not been maintained and three areas deviate from the existing road along future alignments. ur Preliminary Jurisdictional Determination of Waters of the U.S. and Adjacent Wetlands City of Fart Worth.Lake Worth South Share Project Phase I: Gravity Interceptor The phase I gravity interceptor parallels Heron Drive from approximately 2,600 LF east of its intersection with Silver Creek Road to approximately 1,330 LF west of its intersection with 1 Interstate Highway 520. The gravity interceptor also extends along both Castle Circle and Indian 4 Cove along the north side of Heron Drive. The approximate location and alignment of the gravity interceptor is shown on the location map from the USGS topographic map (Lake Worth and Springtown SE, TX quadrangles) included as Figures lA and 113. The alignment of the phase I gravity interceptor within the existing road ROW is described in Table 1. h TABLE 1: PROPOSED PHASE I GRAVITY INTERCEPTOR ALIGNMENT Road Name (Segment) - - -- - Proposer] Alignment - West end of gravity interceptor to--400 LF � Within west and north side of road ROW west of Castle Circle Between 400 LF west of Castle Circle and IrDrive eron --430 LF west of intersection with Las Within south side of road ROW -- -- Ve as Trail Between Indian Cove and IH-820 . Within lake side of the road ROW Between area just west of Las Vegas Trail Cross country(but within designated road ROW for _and Indian Cove future road alignment) Castle Circle 0 Within outside perimeter of road ROW Indian Cove . Within inside perimeter of road ROW Phase 2: Low Pressure Force Alain � The phase II low pressure force main is divided into three segments. The first extends south along Goodnight and Lakehaven Circles to Silver Creek Road, then east along Heron Drive to all approximately 2,600 LF east of its intersection with Silver Creek Road. The second segment extends predominantly east and south from the terminus of the phase I gravity interceptor (approximately 1,330 LF west of the intersection of Heron Drive and Interstate Highway 820) to w approximately 850 LF southwest of the intersection of Heron Drive and Sandpiper Circle_ The third segment of the low pressure force main extends from the western portion of Shoreview Drive east to the north end of Bomber Plant Road. Additional service lines are also present along the future Blue Heron Court, Mallard Court, Sandpiper Circle, Kildeer Circle, and Abelia Alcan Plummet Associates, Inc, Page 2 FAPrc jec[s131 8\321A)\Doc1T&Fllakcworsh_BA.doc ALAN 1"LLIMINIER ASSOCIATFS, INC. EM/wGN4M1a,L EIIaM[Eg5.bE slypl�,fE1EliT{tTS pit tCity Park % lyv T' QM 61 60 IEE e T-, UJI w Z, w5— (7 L ✓ J �rAf w g f S + 1 f/ i' � L ` . r � 1•i; A >r iz '��• '4 til � ��* •` 7aa � `� - -"'fi Vm 44 r 1 �'wo Phase:I:Garrity Interceptor H Phase II:Low Pressure Farce Main a 2000 Feet FIGURE 1A GENERAL LOCATION MAP USGS TOPOGRAPHIC MAP (LAKE WORTH, TX QUADRANGLE) .. L g 4 I'f 1 4 r.� �•" � y � `. t, � •ti, � "It •� Al-AN PLUNIMER ASSOC IATES._INC. K>n� I CITY r {9 r r asp R +• s. °so Small ■s 6 ` p• -0 q r Y M r r• {Y ag. - d i n Hca SX S IJV' I Phase I: Gravity Interceptor w -Phase II: Low Pressure Farce Main 0 2000 Feet FIGURE 1B dft GENERAL LOCATION MAP USGS TOPOGRAPHIC MAP (LAKE WORTH, TQC QUADRANGLE) .. Biological Assessment of Potential Impacts to Listed Species City of Fort Worth Lake Worth South Shore Project Lane. The approximate location and alignment of the phase If low pressure force main is also shown on the location map from the USES topographic map (Lake Worth and Springtown SE, TX quadrangles) included as Figures lA and IB. The alignment of the phase H Iow pressure force main within the existing road ROW is described in Table 2_ r TABLE 2: PROPOSED PHASE II LOW PRESSURE FORCE MAIN ALIGNMENT — - - - Road Name (Segment) - - - Proposed Alignment • Within north side of existing roadbed to Goodnight Circle - approximately 650 LF east and south of its _ intersection with Silver Creek Road Between Goodnight and Lakehaven Circle's ■ Approximately 400 LF northeast along existing cross country easement _ y, T Lakehaven Circle . Within lake side(north and east)of road ROW T Silver Creek Read 0 Within east side of road ROW from Lakehaven Circle to Heron Drive go From Silver Creek Road to beginning of . Within north side of road ROW Kase T gravity interce for From terminus of phase I gravity 0 Within lake side of road ROW interceptor to dH 820 10 Heron Between IH-820 and the future Slue Within Within the north side of road ROW Drive _ Heron Court Between the future Slue Heron Court • Within east side of road ROW and Sandp�iper Circle -- From Sandpiper Circle to - - approxdimateiy 850 LF southwest of its ■ Within south side of road RDW intersection with Heron Drive _ IH 820 Access Road aBeneath IH 820 to south access road. Within east _ road ROW to Heron Drive The future Blue Herrn Court T � Cross country. within inside perimeter of road ROW Mallard Court . Within north side of road ROW Sandpiper Circle Within lake side of road ROW PA C Western end to Kilideer Circle ■ Within the south side of the road ROW Between Killdeer Circle and 500 LF Within west side of road ROW Shoreview west of Abelia Court Drive Between 504 LF west of Abelia Court Within north side of road ROW _and Abelia Court _ Between Abelie Court and Bomber Within north side of existing roadbed _Plant Road _ Unnamed Circle . Within east side of road ROW and inside of circle Kildeer North Side ■ Within south side of road ROW — Circle Y South Side Within south side of road ROW -� Alcan Plummer Associates, Inc- Page 5 FTrojzc:tWI81 3200NJDo67'&[lakewarth_8A doc Biological Assessment of Potential Impacts to Listed Species —_ — - City of Fort Worth Lake Worth,south Shore Project ., TABLE 2 Continued � Road Name (Segment) - Proposed Alignment Abelia Court Within east side of road ROW Bomber Plant Road . Within west side of road RDW Private drive on north end of Bomber Plant Road . ,Bast side of drive Since the proposed pipeline will be constructed almost gttirely within existing road ROW, there is no need for access roads, however, there will be a need for several staging areas along the project area_ These staging areas will be limited to areas already devoid of trees, or if trees are present, vehicles and equipment will not be placed beneath a tree's drip-line. The width of disturbance for the proposed pipeline will be limited to no more than 15 feet from the road edge at stream crossings and no more than 20 feet etsewhere. Due to the length of bath phases of the proposed project, it is anticipated that each phase will take approximately six months to complete '* construction. Phase 1 construction is currently scheduled to begin in October 2003 and end in March 2044. Phase 2 construction is scheduled to begin approximately three months after the initialization of Phase 1, beginning in December 2403 and ending in May 2001. Site Specific Information The project area lies in close proximity to Lake North, has varied topography, and has a total of 29 streams within and adjacent to it, of which one parallels Shoreview Drive and two discharge directly into Lake Worth on the opposite side of Heron and Shoreview Drives. The project area is mostly wooded with scattered open meadows. The riparian area along smaller streams is typically more impacted (younger and narrower) than that along the larger streams and perimeter of Lake Waith. The proposed alignment along with the various vegetative and some of the aquatic resources can be seen on the 1995 aerial photograph included as Figures 2A and 2B. Representative photographs of the project area are included in Appendix A. Approximate 49 locations of the photographs are shown on Figures A-1a and A-Ib, which is also included in Appendix A. Alan Plummer Associates, Inc, Page 5 F lProiecrs131813200\DocCr&F-llakeworttt_B A-doc r ALAN PLUMMER ' ASSOCIATES. F EMmomEwk EHBmms•DE51MM4•SCIENT9T$ a� � � , � P• ire ( - `��� .'�, r /7— L 7 ��L '.�•gid -i ,.cam! �� •4 , Y,�� _1•..i* •� }s-. 1+ � rT• Phase I: Gravity Interceptor �I Phase H: Low Pressurc Force Main W t S r\h+t i n S<a!k FIGURE 2A "" AERIAL PHOTOGRAPH ALAN PLUMMER ASSOCIATES, INC.' Ic 10. f � • w-All T 1y x lag AN + r4 - -, ,�--, --tet •� '` E"4; x��*" ,"� � �".� r;+ _ rf 1 r■ Biological Assessment of Potential Impacts to Listed Species Cit of Fort Worth Lake Worth South Share Project Aquatic Resources within and adjacent to the Project Area ,. The hydrology for the aquatic resources observed along the proposed pipeline's project area is primarily due to significant rain events in which overland flows eventually reach the multiple stream channels that feed into Lake Worth. As previously mentioned, a total of 29 streams were identified within and adjacent to the project area, of which one parallels Shoreview Drive and +. two discharge directly into Lake Worth on the opposite side of Heron and Shoreview Drives- ' These aquatic resources are identified on Figures 3A and 3B. Table 2 provides detailed information regarding the 29 streams within the project area including: 1) stream number and name (where available). 2) width of the channel at the ordinary high water mark (in feet) within the project area. 3) classification of the stream channel (ephemeral etc.) based on field observations and a review of the maps, aerial photographs, and available soil survey data. TABLE 2: Description of Aquatic Resources within the Project Area Channel Width at Identification Classification the OHWM (Feet) TI 4 Ephemeral 72(Live Oak Creek) 30 Perennial T3 3 Ephemeral T4 4 Ephemeral T5 14 Intermittent T6 3 Ephemeral T7 7 v Ephemeral T8 3 Ephemeral T9 2 Ephemeral T l O Lake Worth N/A T11 I Ephemeral T12 I Ephemeral T13 I Ephemeral T14—� - -- 7 Ephemeral Alan Plummer Associates, Inc. Page 9 F:1�"raaccts1318132C1f]I[7ac�7&�liakeworth_BA,doc ALAN PLU MMER ASSOCIATES. II�tC. W- i ! - •i r_ J �'�` ,i mow::�� ».���� - �' — - +� v r4 p :z- V r ov r • + r... J • • + w y♦_ tEik , _ 1 _ ISI 1 a I ALAN PLUMMER ASSOCIATES, INC. 1 •':�� fieri" i.�r n �. + "`�'�� L.� µ•Vi� •a �, � T. 4 s A at Biological Assessment of Potential Impacts to Listed Species City of Fort Worth Lake Worth South Shore Project MR TABLE 2 (Continued) Identification Channel Width at Classification the OHWM (Feet) TI5 I Ephemeral T16 3 Ephemeral T17 3 Ephemeral 718 1 Ephemeral T19 10 Ephemeral T20 t Ephemeral 721 1 Ephemeral T22 D Ephemeral T23 1 Ephemeral T24 2 Ephemeral 725 1 Ephemeral T26 3 Ephemeral T27 10(Parallels south side) Ephemeral T2$ Lake Worth N/A T29 4 Ephemeral Summary of vegetation within the Project Area The tree species found along the aquatic resources within the project area include American elm (Ulmus americana), Shumard oak (Quercus shumardii), cedar elm (Ulmus crassifolia), bur oak (Quercus macrocarpa), pecan (Carya illinoensis), eastern cottonwood (Populus deltoides), and sycamore (Plaianus occidentalis). Tree species observed only within the upland areas include live oak (Quercus virginiana), honey locust (Gleditsia triacanthos), and post oak (Quercus stellata). Sapling/shrub species observed along the aquatic resources within the project area include sugar hackberry (Celtis laevigata), Texas ash (Fraxinus texensis), smooth-leaf elbowbush (Forestiera pubescens var. glabrifolia), cedar elm (Ulmus crassifolia), box elder (Acer negundo), gum bumelia (Burnelia lanuginosa), Shumard oak, and Bois d' arc (Maclura pomiferca). Sapling/shrub species observed only within the upland areas include post oak, toothache-tree (Zcanthoxyltim Alan Plummer Associates, Inc. Page 12 F Troecssl3 18132DO1DcOT&EMakewon h_SA.doc F Biological Assessment of Potential Impacts to Listed Species rCity of Part Worth Lake Worth South Shore Project clava-herculis), cockspur hawthorn (Crataegus crus-galli), crape myrtle (Lagerstroernia indica), redbud (Cercis canadensis), and deciduous holly(Ilex decidua). Herbaceous species observed along the aquatic resources within the project area include poison ivy (Toxicodendron radicans), coral-berry (Symphoricarpos orbiculatus), Japanese honey-suckle r (Lonicera japonica), swamp smartweed (Polygonum hydropiperoides), fragrant flatsedge (Cyperus odoratus), cattail (Typha latifolia), broadleaf arrowhead (Sagittaria latifolia), inland r sea-oats (Chasmanthium latifolium), Virginia wild-rye (Elymus virginicus), and curly doe (Rumex crispus), Herbaceous species observed only within the upland areas include Bermuda grass (Cynodon dactylon), one-seed croton (Croton rnonanthogynus), little bluestem (Schizachyrium scoparium), prickly-pear cactus (Opuntia humifusa), annual ragweed (Ambrosia op I artemisiifolia), Johnson grass (Sorghum halepense), common trumpet creeper (Campsis radicans), pokeweed (Phytolacca americana), and silver-leaf nightshade (Solanurn elaeagnifolium). A listing of all species observed during the on-site investigation of the project area is included in Table 3. The Region 6 indicator status is noted for each species in Table 3 followed by an A explanation of the indicator categories at the end of the Table. TABLE 3: Vegetation List Tree Species Region 6 Common Name Scientific Name Indicator Status American Elm Ulmus americana FAC Bur Oak Quercus macrocarpa FAC- t Cedar Elm Ulmas crassifolia FAC Eastern Cottonwood Popcsha deltoides FAC Honey-Locust Cleditsia triacanthos FAC IF Live Oak Quercus virginianct FACU+ Mimosa-Tree Albizia julibrissin N1 Pecan Carya iffinoensis FAC+ Post Oak Quercus stellata NA* Shumard Oak Quercus shumardii FAC Sycamore platanus occidentalis FAC+ V va 1 - Alan PlumnierAssociutes, lrtc, Page 13 kProjectsll i gS 320OMocl T&EUakeworih_B A.doc Biological Assessment of Potential Impacts to Listed Species - -� — — City of Fort Worth Lake Worth South Shore Project TABLE 3 (Continued) Sapling/Shrub Siecies Region 6 Common Name Scientific Name Indicator Status Black Willow Salix nigra FACW+ Bois D'arc Maclura pomifera NI Box-Elder Acer negundo FACW- Cedar Elm Ulmus crassifolia FAC Cockspur Hawthorn Crataegus crus-galli FAC- Crape Myrtle Lagerstroemia indica NI Deciduous Holly flex decidua FACW- Eastern Cottonwood Populus deltoides FAC �► Guru Bumelia Sumelia lanuginosa FACII Post flak Quercus stellata NA* Prairie Baccharis Baccharis texana NI Rehhud Cercis canadensis UPL Red Mulherry Morus rubra FACU Rough-Leaf Dogwood Cornus drummondii FAC Shumard Oak Quercus shurnurdii FAC Smooth Sumac Rhus glabra NI Smooth-Leaf Elhowbush Forestiera pubescen var. glabrifolia FACU Sugar Hackberry Celtis laevigata FAC Texas Ash Fraxinus texensis NI Toothache-Tree 72inthuxylum rtava-herrulis FAC- Wood-v Vine S cies OR Region 6 Common Name Scientific Name Indicator Status Mustang Grape Vitis mustangensis NI Herbaceous Siecies Region 6 Common Name Scientific Name Indicator Status Annual Ragweed Ambrosia artemisiijolia FACU Bermuda Grass C'ynodon dractylon FACU+ Broadleaf Arrowhead Sagittaria latifolia OBL Bushy-Bluestem Andropogon glomeratus FACW+ Camphor Weed Pluchea camphorata FACW- Cattail Typha lat%folia OBI. Common Trumpet Creeper Campsis radicans FAC Coontail Ceralophyllum demersum OBL Coral-Berry Symphoricarpos orbiculatus FACU:" Curly Doc Rumex crispus FACW Eastern Prickly-Pear Cactus Opuntia hurnifusa NI Fragrant Flatsedge Cyperus odoratus FACW Giant Ragweed Ambrosia iriftda FAC+ Goldenrod Solidago gigantea FAC Inland Sea-Oats Chasmanthium latifolium FAC Japanese Honey-Suckle Lonicera japonica FAC .ry Alan Plummer Associates, Inc. Page 14 F.I Proj ms13189 200\DoclT&FU a kewort h_B A,doc Biological Assessment of Potential Impacts to Listed Species City of Fart Worth Lake Worth South Share Project TABLE 3 (Continued) .W Herbaceous Species(Continued) Region 5 Common Name Scientific Name Indicator Status Johnson Grass Sorghum halepense FACU +� Little Biuestern Schirachyrium scoparium FACU+ One-Seed Croton Croton monanthogynus NI Poison Ivy Toxicodendron radicans FAC Pokeweed Phylolacca americana FAC- Silver-Leaf Nightshade Solanum elaeagnifolium NI t Swamp Smartweed Polygonum hydropiperoides ODL Virginia Creeper f arthenocissus quinquefolia FAC Virginia Wild-Rye Elymus virginicus FAC Plant Indicator Status Categories' — - Indicator Indkator -� I]elioitie n — Cate v S rn)?ul LP]a,nts that occur almost always (estimated probability Obligate percent) in wetlands under natural conditions, but Wetland OBL may also occur rarely (estimated probability tl Plants nt) in nonwetlands. Examples: Sparrina ora,Taxodium disrichum. Plants that occur usually (estimated probability X67 p Facultative percent to 99 percent) in wetlands, but also occur Wetland FACW (estimated probability I percent to 33 percent) in /n Plants nonwetlands. Examples: Fraxinus pennsylvanica, _� _ Corn_us stalani era. Plants with a similar likelihood (estimated probability 33 Facultative FAC percent to 67 percent)of occurring in both wetlands and Plants nonwetlands. Examples: Gleditsia lriacanthos, Smilax rolundifolia. Fnonwettands. s that occur sometimes (estimated probability l Facultative nt to¢33 percent) in wetlands,but occur more often Upland FACUmated probability X67 percent to 99 percent) in Plants Examples: Quercus rubra, Pnrenlilla la. Obligate Plants that occur rarely(estimated probability<I percent) Upland 11PL in wetlands, but occur almost always (estimated Plants probability a99 percent) in nonwetlands under natural conditions. Examples, Pinus echinata, Bramus mollis. ° Categories were originally developed and defined by the USFWS National Wetlands Inventory and subsequently modified by the National Plant List Panel. The three facultative categories are subdivided by(+)and(-)modifiers. Alan Plummer Associates, Inc. Page 15 F:Trtiiec t sk318132M Doc%T&M l akuwort h_B A.doc Biological Assessment of Potential Impacts to Listed Species - - - City of Fort Worth Lake Worth South Shore Project federally Listed Species within the Project Area Three threatened or endangered species are listed by the USFWS as occurring or potentially occurring within Tarrant County. In addition to these species, one federally listed "proposed" • species and one federally listed "candidate" species are also Iisted as occurring or potentially occurring within Tarrant County. The five species, a summary of their preferred habitat, and their current status within Tarrant County are listed below in Table 4. Table 4. Federally Listed Species for Tarrant County Staters within Tarrant County Come-on Name Scientific Name Habitat — N Bald Eagle Hafiaeetus found along large lakes, nesting in tall trees; feeds Threatened leucvicephalus in areas of open water where food is available w Sterna antillarum nests along sand and gravel bars within wide, interior Least'Tern athalassos shallow rivers Endangered Mountain Plover Charadrites ntoniartte,s expansive Bats of short-grass prairie Proposed found along marshes,river bottoms, potholes, Whooping Crane Grus americana prairies,and cropland (migratory) Endangered Black-Tailed found in short grass prairies avoiding areas of tall Cynrrmys ludouicianus � Candidate Prairie Dog grass and heavy brush A survey for the species of concern as well as their preferred and designated critical habitat as •tl listed by the USFWS for Tarrant County was conducted on November 4, 2002 lune 10, 2003 by Alan Plummer Associates, Inc. for the proposed Low Pressure System to Serve the South Shore of Lake Worth project located in Tarrant County, Texas. Habitat was visually assessed for the listed species as well as its suitability for the same species during a drive-through of the proposed route and a more detailed investigation was made on foot along the aquatic resources and selected upland areas, Designated critical habitat is not present for any of the federally listed �► Alan Plummer Associates, Inc. Page 16 FAProieotsl s l 131320t?Doc%T&EVakewos'ih-BA.doe Biological Assessment of Potential Impacts to Listed Species 'City of Fort Worth Lake Worth South Shore Project threatened or endangered species within the project area. Additionally, none of the federally listed species was observed during the on-site investigation. Mountain plovers (Charadrius rnontanus) prefer expansive flats of short-grass prairie and are often associated with prairie dog towns. The black-tailed prairie dog (Cynomys ludovicianus), which can be found in western and central Texas, also prefers short grass prairie where brush is sparse or absent. As previously stated, the project area is heavily wooded with scattered open meadows. Herbaceous vegetation within these open areas was tall and evidence of the intense grazing necessary to create conditions suitable for froth species (herbaceous vegetation no taller than four inches) was not present; therefore, these two species are not expected to occur within or adjacent to the project area. The whooping crane (crus americana) is known to migrate through, but not nest in the area. It typically nests along marshes, river bottoms, and potholes, and can be found in croplands during migration. The interior least tern (Sterna antillarum athalassos) nests along sand and gravel bars within wide, shallow rivers. Since there are no croplands or wide, shallow rivers with sand or F gravel bars within or adjacent to the project area, neither the whooping crane nor the interior least tern are expected to occur within the project area. The bald eagle (Haliaeetus leucocephalus) typically nests within trees that are taller than existing canopy along or within two miles of large water bodies where the forest, marsh, and water meet. Furthermore, open water and wetland areas are important for feeding, The USFWS indicated during a December 12, 2002 telephone conversation that bald eagle nesting has historically occurred near the project area. Mr. Wayne Clark, director of the Fort Worth Nature Center, confirmed during a December 18, 2002 telephone conversation that a pair of bald eagles have performed "practice nesting" north of the project area in the Wildwood Park area annually for five to six years; however, no evidence exists that confirms actual egg laying. These two eagles have also been observed perching on Croat Island. While bald eagles may nest between October to July in Texas, these two eagles typically arrive in December and leave in March. Finally, Mr. Clark indicated during a June 16, 2003 telephone conversation that the bald eagles did return again to Lake Worth; ,however, there were no signs of nesting this year. The general areas of Alan Plummer Associates, Inc_ Page 17 FAPF*crA318U20GU)vc\T&M1akewonh_B A.doc Biological Assessment of Potential Impacts to Listed Species -— — City of Fort Worth Lake Worth Sourh Shore Project .. confirmed bald eagle activity relative to the project area are illustrated on Figures 4A and 4B. Based on the available information, the bald eagle is the only federally listed species with the potential for occurring within the project area. Effects of the Proposed Project Direct and Indirect Effects u As previously mentioned, bald eagle activity has been confirmed in Wildwood Park adjacent to the northwestern portion of the proposed project. Additional activity has also been confirmed on Goat Island north of the entire project area_ While activity has not been confirmed within or adjacent to the remaining project area, perching could possibly occur in taller trees (i.e_ eastern , cottonwoods) near the south shore of Lake Worth adjacent to the project area. Furthermore, bald eagles have the potential to fly over the entire project area. The proposed project may directly impact the bald eagles through the clearing of some trees along the project area as well as from disturbance from the temporary heightened activity and resulting noise pollution during construction. An estimated 17-acres of open to wooded land lies within the road ROW, and some of the ROW has been recently dedicated. Consequently, some portions of the ROW deviate from the existing road along a future road alignment or have not y been previously maintained. Every effort will he made to minimize the clearing of trues; however, some loss of trees is inevitable. Since most of the preferred bald eagle habitat (tall trees) lies along the lake edge away from the project area or along the larger streams (i.e_ Live Oak Creek) within the project area and clearing of the larger trees will be discouraged, it is .� anticipated that minor clearing of the relatively uniform, oak dominated wooded areas along the remaining portions of the project area will result in minor impacts if any to the bald eagles. .� Due to the length of both phases of construction (Phase I is approximately 10,600 LF and ..t Phase 2 is approximately 27,100 LF), some overlap into the nesting season (October through Alava Plummer Associates, Inc. -- - - - - -—- - - -- Page 18 F�1Praiectsl3[$13?�411]aclT&Eliakewc�rth_BA.rfn� I r. ASSOCIATES. INC. E-ffM* EPff aENGfE€ASrwo •uESICiKFAY-SCIENT'gi5 PL PPIP 10 pro* - ,, ► W i0i , I � I I400 XA- r ti,.L_.. f P , tit.'q I .•'`., 'J. :. //+� I Phasc I:Gravity Interceptor N Phase II: Low Pressure Force Main �Con Firmed Bald Eagle Nesting Habi_at W.-._ Confirmed Bald Eagle Perching Area FIGURE 4A Noloscak CONFIRMED AREAS OF BALD EAGLE ACTIVITY RELATIVE TO THE PROJECT AREA ALAN PLUMMER ASSOCIATES. INC. 6'elk [enneearecernwexar�as.o€erccnme. s€xn- 1 y rC I T Y", 1 F. PFDtM TOO Arl RD 4 ii,+. ALJ { �,^ •�"'r •c_,-rl °�y �,���" _ # h+7. f! rS`{ 's � � t � �+�' � to _ �¢•, rj•-�� hi •�—s Phase 1:Gravity Interceptor .,r. Phase 11: Low Pressure force Main w � • Confirmed Bald Eagle Perching Area 5 N nt Tv scale FIGURE 413 CONFIRMED AREAS OF BALD EAGLE ACTIVITY RELATIVE TO THE PROJECT AREA '� Biological Assessment of Potential Impacts to Listed Species City of,Fart Worth Lake Warty South Share Project June) may occur. It is anticipated that each phase will take approximately six months to complete construction with Phase I currently scheduled to begin in October 2003 and end in 10 March 2004 and Phase 2 construction currently scheduled to begin approximately three months after Phase 1, (December 2003 though May 2004). Mr. Wayne Clark indicated during a telephone conversation that the bald eagles seem to be able ro to tolerate human disturbances beyond approximately 1,000 feet. The Southeastern States Bald Eagle Recovery Plan recommends restricting construction, mining, and tree cutting activities at all times and visits by people during the nesting season from a minimum of 750 to a maximum of 1,500 feet from a nest site (known as the primary zone). It also recommends restricting activities rF such as logging, building, mining, and drilling during the nesting season within the secondary zone (an area that could extend from a minimum of 750 feet to a maximum of one mile outside PW the primary zone). Several regularly traveled roads bisect the area and many residences are located along the project area providing a consistent noise disturbance along the south shore of Lake Worth. Additionally, Silver Creel, Road, a fairly heavily traveled road.(see P67 and P68 in Appendix A), lies within one to two hundred feet (the primary zone) of a known former nest site thus demonstrating the bald eagle's tolerance for human activity. The ,majority of the proposed pipeline will be constructed from existing roads further than 3,000 LF from a [crown nest site. Phase 1 construction (scheduled to begin approximately two months prior to the bald eagles annual arrival) is approximately 6,500 LF from the nest site and 3,0403 LF from a known perching area. Phase 2 construction will begin three months after Phase 1; however, the portion of Phase 2 nearest to the nest site (Goodnight and Lakehaven Circles) will be delayed until April 2004, after the eagles have normally left the area. Therefore, impacts due to noise produced from construction should be rr inimal due to their tolerance to human disturbance. Nevertheless, on-site surveying for the presence of bald eagles may be necessary during the nesting season to ensure rmnilruzation of effects. Twenty-six streams will be impacted from the proposed project totaling 375 LF and 0.028-acre of impact. Disturbances to these aquatic areas will be temporary and siltation of downstream areas will be prevented through the use of rock-check dams, silt fencing, or other forms of best Alan Plummer Associates. Inc. Page 21 FA ProjecW31813 20MDadT&EM akeworl h_6 A.d 4W Biological Assessment of Potential Impacts to Listed Species City of Fart Worth Lake Worth South Shore Project management practices_ Consequently, indirect impacts are not expected to occur to the bald eagles through pollution of Lake Worth from disturbances to upstream aquatic resources. In fact, the proposed project may potentially improve the water quality in Lake Worth by minimizing nutrient inputs from existing and future on-site wastewater treatment systems_ "1 Inrterdependent and Interrelated Effects The creation of several staging areas along the proposed project will be necessary during construction. The effects of these staging areas will be virtually eliminated by limiting their placement to areas already devoid of trees, or if trees are present, vehicles and equipment will not be placed beneath a tree's drip-line. Cumulative Effects Other activities that are reasonably certain to occur within or adjacent to the project area include the construction of a water line, realignment of some of the existing roads within the project area, and construction of new roads and multiple residences along the south shore of Lake Worth, all of which are currently being designed by others_ The cumulative effects of the construction of the water line, new roads, and re-alignment of existing roads should be rrdnirnrized since they will .� all be mostly lirrxited to the road ROW. The construction of residences along the south shore of Lake Worth has already begun. It is possible to construct these homes while limiting impacts to •� preferred bald eagle habitat. Implementation of these techniques by the builders, however, is not known. •� Conservation Measures t• Every effort has been made to avoid impacts to bald eagles and their preferred habitat. The proposers pipeline is being aligned along. road ROW within areas that have been or will be ~ permanently cleared and routinely maintained. Additionally, the proposed pipeline is being aligned within or as close to existing roads as possible. This will allow construction from the Alun Plummer Associates, Inc_ Page 22 F:1Projcct01513 200\Docl'1'&Uakewosth—B A.doc 0 Biological Assessment of Potential Impacts to Listed Species City of Fart Worth Lake Worth South Shore Project road thereby reducing the width of disturbance (15 feet from the road edge adjacent to aquatic resources and 20 feet from road edge elsewhere) and the need to clear additional trees. Construction staging areas will be sited within areas where clearing of trees will not be necessary resulting in further minimization of impacts to wooded areas. Additionally, placement of staging areas beneath tree drip-lines will be prohibited. Furthermore, alignment along roadways may also reduce disturbances from noise pollution by creating noise where it already exists. If a bald eagle is identified within the vicinity of the proposed project, construction shall cease until the bird has vacated the area. If a bald eagle builds a nest within the project area, construction shall ,�. cease in the vicinity of the nest until the nesting season is over. B The timing of construction is also being adjusted in an attempt to minimize disturbance to the bald eagle. Construction of Phase 1 will begin in October 2003, approximately two months prior to the normal arrival of this pair of bald eagles. Phase II construction is scheduled to begin in December 2003; however, construction along those portions of this phase nearest to known * nesting areas (specifically those areas along Goodnight and Lakehaven Circles) will be delayed until at least April 2004, after the normal departure date of these eagles. Finally, an on-site survey for the presence of bald eagles may be utilized during the nesting season to ensure they are not being disturbed by the proposed project. Incidental Take Due to the conservation measures proposed, incidental tape of bald eagles is not expected as a result of the proposed project. Determination of Effect Based on the documentation presented in this Biological Assessment, the proposed project may affect bald eagles within the project area; however, the affects are likely to be insignificant or rdiscountable. Therefore, a "not likely to adversely affect" determination for the proposed project is recommended at this time. Alan Plumrner Associates, Inc_ Page 23 F�Prafeels%3 I AV32001Do0T&E11akewar0_Hkdoc I i ATTACHMENT 13 NOTICE OF TERMINATION i Notice of Termination (NOT) for Storm TCEQ Office Use Only Water Discharges Associated with TPDES Permit Number.TXR151_1_I_i_1 -NO Construction Activity under the TPDES GIN Number: I- - -I i �I—I Construction General Permit (TXR150000) CECSFor help cornpleNng this application,read the Txr2150000 NOI instructions(TCE0-20023-Instructions)- A. TPDES Permit!Number: TXR15 8. Construction Site Operator Customer Reference Number- CN Name: fir" Mailing Address: City: State.-- Zip Code: Country Mailing Information(it outside USA)Territory: Country Code-,-Postal Code: Phone Number: Extension: Fax Number: E-mail Address: C. Project/Site Information Regulated Entity Reference Number: RN Name: Physical Address: Locution Access Description: City: County. -- Zip Code: r D. Contact- If the TCEQ needs additional information regarding this termination, who should be contacted? Name: Title- Phone Number: Extension: Fax Number: E-mail Address: E. Certification v, I certify under penalty of law that authorization under the TPDES Construction General Permit(TXR150000)is no longer necessary based on the provisions of the general permit. I understand that by submitting this Notice of Termination, I am no longer authorized to discharge storm water associated with construction activity under the general permit TXR150000, and that discharging pollutants in storm water associated with construction activity to waters of the U.S. is unlawful under the Clean Water Act where the discharge is not authorized by a TPDES permit. I also understand that the submittal of this Notice of Termination does not release an operator from liability for any violations of this permit or the Clean Water Act. r„ Construction Site Operator Representative: Prefix: First: Middle- Last: Suffix: Title: Signature: Date: If you have questions on how to fill out this form or about the storm water program, please contact us at (512)239-4671. Individuals are entitled to request and review their personal information that the agency gathers on its forms. They may also have any errors in their information corrected.To review such information, contact us at(512)239-3282. The completed NOT must be mailed to the following address: Texas Commission on Environmental Quality Storm Water& General Permits Team, iVIC -228 P.O. Box 13087 ,IM Austin, Texas 78711-3087 rr TCEQ-20023(02/03) Page 1 of 1 Completing the Notice of Termination for Storm Water Discharges Associated with Construction Activity under the TPDES Construction General Permit (TXR150000) Who May File a Notice of Termination (NOT) Form B. Construction Site Operator Information Permittees disturbing 5 acres or more(or part of a larger Customer Reference Number common plan of development or sale disturbing 5 acres or This number designates the operator's status as a TCEQ more)who are presently covered under the Texas '"customer"--in other words,an individual or business that is Pollutant Discharge Elimination System (TPDES) involved in an activity that we regulate.We assign each customer Construction General Permit must submit a Notice of a number that begins with"CN,"followed by nine digits. This is Termination (NOT)when final stabilization has been not a permit number,registration number,or license number. achieved on alt portions of the site that is the responsibility In the remainder of this section,we will use"this customer"to of the permittee;or another permitted operator has mean the operator for Part B of the form. FO p p p ■ If this customer has not been assigned a Customer assumed control over all areas of the site that have not Reference Number, leave the space for the Customer been finally stabilized and all silt fences and other Reference Number blank. temporary erosion controls have either been removed, ■ If this customer has already been assigned this scheduled for removal as defined in the SWP3,or number, enter the operator's Customer Reference transferred to a new operator if the new operator has Number sought permit coverage. Erosion controls that are ■ Do not enter a permit number,registration designed to remain in place for an indefinite period, such number, or license number in place of the as mulches and fiber mats,are not required to be removed Customer Reference Number. or scheduled for removal, Final Stabilization occurs when either of the following Name Enter the legal name of this customer as authorized to do conditions are met: business in Texas. Include any abbreviations(LLC, Inc., (a) All soil disturbing activities at the site have been etc.). completed and a uniform (e.g,evenly distributed, �• Mailing Address without large bare areas) perennial vegetative cover Enter a central and general mailing address for this with a density of 70%of the native background customer to receive mail from the TCEQ. For example, if vegetative cover for the area has been established on this customer is a large company, this address might be all unpaved areas and areas not covered by the corporate or regional headquarters. C the other hand, permanent structures,or equivalent permanent for a smaller business,this address could be the same as stabilization measures(such as the use of riprap, the site address. gabions, or goetextiles)have been employed. (b) For individual lots in a residential construction site by If this is a street address,please follow US Postal either- ,Service standards. In brief, these standards require this information in this order: (1) the homebuiider completing final stabilization as „ the"house"number--for example,the 1441 in I specified in condition(a)above; or 1404 Main St (Z) the homebullder establishing temporary if there is a d-n ection before the street name, the one_ or two-letter abbreviation of that ! stabilization for an individual lot prior to the time direction (N, S, E, W, NE,SE, SW,or NW) of transfer of the ownership of the name to the ■ the street name(if a numbered street,do not buyer and after informing the homeowner of the spell out the number—for example, 6th St, not need for, and benefits of,final stabilization. Sixth st) (c) For construction activities on land used for agricultural a an appropriate abbreviation of the type of purposes(e.g. pipelines across crop or range land), street--for example, St, Ave, Blvd, Fwy, Exwy, � final stabilization may be accomplished by returning Hwy, Cr, Ct, Ln the disturbed land to its preconstruction agricultural r if there is a direction aor two-letter abbreviation of that direction(N, S. E. after the street name, the one- use. Areas disturbed that were not previously used for or woNE, SE SW a NW) agricultural activities,such as buffer strips immediately r if there is a room number, suite number, or KIP adjacent to a surface water and areas which are not company mail code being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition City, State,and ZIP Code (a)above" Enter the name of the city, the two-letter LISPS r. A. TPDES Permit Number abbreviation for the state(for example,TX), and the ZIP Provide the TPDES permit number assigned to the Code. (Enter the full ZIP+4 if you know it., operator of the construction site. TCEQ-20073-Ensirucilons(09102) Page 1 of 2 Country Mailing Information E. Certification If this address is outside the United States,enter the The operator must sign and date this statement to validate territory name, country code, and any non-ZIP mailing this NOI. Be sure to enter the full legal name of the person • codes or other non–U.S. Postat Service features here. if signing the form and the relevant title—for example, this address is inside the United States, leave these "Operator,""Operator's attorney,"or"Senior Site spaces blank. Manager."Use the"Prefix"blank for such titles as Dr., Mr., or Ms.,as desired. Use the"Suffix"blank for such Phone Number and Extension designations as Ph.D.,Jr., Sr., III,or J.D., if applicable. This number should correspond to this customers mailing address given earlier. Enter the area code and phone For a corporation, the application shall be signed by a number here. Leave"Extension"blank if this customer's responsible corporate officer.A responsible corporate phone system lacks this feature, officer means a president,secretary, treasurer, or vice- president of the corporation in charge of a principal Fax Number business function,or any other person who performs This number should correspond to this customer's mailing similar policy or decision-making functions for the address given earlier. Enter the area code and fax number corporation; or the manager of one or mare manufacturing, here, production,or operating facilities employing more than 2.50 persons or having gross annual sales or expenditures Email Address exceeding$25 million(in second-quarter 1980 dollars), if As with the mailing address,this should be a general authority to sign documents has been assigned or address that is appropriate for e-mail to this customer's delegated to the manager in accordance with corporate central or regional headquarters, if applicable. procedures. Corporate procedures governing authority to �- sign permit applications may provide for assignment or C. Project/ Site Information delegation to applicable corporate positions rather than to Regulated Entity Reference Dumber speclfic individuals. This number designates this site's status as a TCEQ "regulated entity"—in other words, a location where an For a partnership or sole proprietorship, the application activity that we regulate occurs. We assign each regulated shall be signed by a general partner or the proprietor, entity a number that begins with"RN,"followed by nine respectively. digits. This is not a permit number, registration number, or license number. For a municipality, state,federal, or other public agency, • If this site has not been assigned a Regulated Entity the application shall be signed by either a principal Reference Number,leave the space for the Regulated executive officer or a ranking elected official. For purposes r Entity Reference Number blank. of this application, a principal executive officer of a federal ■ If this site has already been assigned this number, agency includes the chief executive officer of the agency, enter the Regulated'Entity Reference Number, or a senior executive officer having responsibility for the ■ Do not enter a permit number,registration number, overall operations of a principal geographic unit of the .., or license number in place of the Regulated Entity agency(e.g. regional administrator of the United States Reference Number. Environmental Protection Agency). Name Questions? OR Enter the name by which you want this site to be known to If you have questions about any of the information on this the TCEQ. form, contact our Storm Water Program at 5121239-4671 or look for"Storm Water'on our Web site: Physical Address www.tceq.state.tx.us Enter the physical address of the site itself. TCEQ staff should be able to use this address to find the site. Location description Enter a physical description of the location of the site based on highway intersections and/or permanent landmarks. City, County,and ZIP Code I=nter the name of the city, the county, and the ZIP Code. (Enter the full ZIP+4 if you know it.) D. Contact Give all the relevant information for the person whom TCEQ can contact if there are questions about any of the information on this form—perhaps the same person who completed the form. TCEQ-20023-Insiructions(09102) Page 2 of 2 } ATTACHMENT 14 TCEQ GENERAL PERMIT NUMBER TXR 150000 RELATING TO DISCHARGES FROM CONSTRUCTION ACTIVITIES TCEQ General Permit Number TXR150000 Relating To Discharges From Construction Activities Tabic of Contents Part 1. Definitions . . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . Page 3 Part 11. Permit Applicability and Coverage . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 7 Part 111. Storm Water Pollution Prevention Plans . . . . . . . . . . . Page 18 Part IV. Numeric Effluent Limitations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 28 Part V. Retention of Records . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 29 Part VI. Standard Permit Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 29 Part VII. Fees . . . . . . . . . . . . . . . . . . . . - . - . - - . Page 30 Appendix A. Periods of Low Potential by County . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Page 31 Attachment i Construction Site Notice for Part ILD,I Waivers Page 32 Attachment 2 Construction Site Notice for Part H.D.2. Authorizations . . . . . . . . . . . . . Page 33 Attachment 3 Discharge Monitoring Report for Concrete Batch Plants . . . . . . . . . . . . . Page 34 Page 2 Op V TPDES General Permit TXR150000 Part 1. Definitions Best Management Practices - (BMPs) Schedules of activities, prohibitions of practices, maintenance procedures, structural controls, local ordinances, and other management practices to prevent or reduce the discharge of pollutants. BMPs also include treatment requirements,operating procedures, and practices to control construction site runoff, spills or leaks, waste disposal, or drainage from raw material storage areas. Commencement of Construction - The exposure of soils resulting from activities such as rclearing, grading,and excavating. Common Plan of Development - A construction activity that is completed in separate stages, separate phases, or in combination with other construction activities. A common pian of development is identified by the documentation for the construction project that identifies the scope of the project, and may include plats, blueprints, marketing plans, contracts, building permits, a public notice or hearing, zoning requests,or other similar documentation and activities. Facility or Activity- Any TPDES "point source"or any other facility or activity (including land ror appurtenances thereto) that is subject to regulation under the TPDES program. Final Stabilization - A construction site status where either of the following conditions are met: (a) All soil disturbing activities at the site have been completed and a uniform (e.g, evenly distributed, without large bare areas) perennial vegetative cover with a I density of 70% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures, or equivalent permanent stabilization measures (such as the use of riprap, gabions, or rgoetextiles) have been employed. (b) For individual lots in a residential construction site by either: (l) the homebuilder completing final stabilization as specified in condition (a) above; or r (2) the homebuilder establishing temporary stabilization for an individual lot prior to the time of transfer of the ownership of the home to the buyer and after informing the homeowner of the need for, and benefits of, final stabilization. (e) For construction activities on land used for agricultural purposes (e.g. pipelines across crop or range land), final stabilization may be accomplished by returning the disturbed land to its preconstruction agricultural use. Areas disturbed that were not previously used for agricultural activities,such as bufferstrips immediately adjacent to a surface water and areas which are not being returned to their preconstruction agricultural use must meet the final stabilization conditions of condition (a)above. r Page 3 r r w TPD> S General Permit TXR 150000 Large Construction Activity-Construction activities including clearing,grading,and excavating that result in land disturbance of equal to or greater than five{5}acres of land. Large construction activity also includes the disturbance of less than five (5) acres of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than five (5) acres of land. Large construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, and original purpose of a ditch,channel, or other similar storm water conveyance. Large construction activity does not include the routine grading ofexisting dirt roads,asphalt overlays of existing roads, the routine clearing of existing right-of-ways, and similar maintenance activities. Municipal Separate Storm Sewer 'System (MS4) - A separate storm sewer system owned or operated by a state, city, town, county, district, association, or other public body (created by or pursuant to state law)having jurisdiction over the disposal of sewage,industrial wastes,storm water, or other wastes, including special districts under state law such as a sewer district, flood control or drainage district,or similar entity, or an Indian tribe or an authorized Indian tribal organization. Notice of Intent (NQI) - A written submission to the executive director from an applicant requesting coverage under a general permit. -a Notice of Termination (NOT) - A written submission to the executive director from a permittee authorized under a general permit requesting termination of coverage. Operator-The person or persons associated with a large or small construction activity that meets either of the following two criteria: (a) the person or persons have operational control over construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit; or (b) the person or persons have day-to-day operational control of those activities at a construction site which are necessary to ensure compliance with a stoma water pollution prevention plan for the site or other pennit conditions (e.g. they are authorized to direel workers at a site to carry out activities required by the Storm Water Pollution Prevention Plan or comply with, other permit conditions). � Permittee- An operator authorized under this general permit. The authorization may be gained through submission of a notice of intent, by waiver, or by meeting the requirements for automatic coverage to discharge storm water runoff and certain non-storm water discharges. Point Source-Any discernible,confined,and discrete conveyance,including but not limited to,any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, container, rolling stock concentrated animal feeding operation, landfill leachate collection system, vessel or other floating craft from which pollutants are,or may be,discharged. This term does not include return flows from irrigated agriculture or agricultural storm water runoff. Page 4 r TPDES General Permit TXR150000 P Pollutant - (from the Texas Water Code, Chapter 26) Dredged spoil, solid waste, incinerator residue,sewage,garbage,sewage sludge, filter backwash, munitions,chemical wastes, biological materials,radioactive materials, heat,wrecked or discarded equipment,rock,sand, cellar dirt, and I industrial,municipal,and agricultural waste discharged into any surface water in the state. The term "Pollutant" does not include tail water or runoff water from irrigation or rainwater runoff from r cultivated or uncultivated rangeland,pastureland, and farmland. Pollution - (from the Texas Water Code, Chapter 26) The alteration of the physical, thermal, r chemical,or biological quality of,or the contamination of,any surface water in the state that renders the water harmful, detrimental, or injurious to humans, animal life, vegetation, or property or to public health,safety,or welfare, or impairs the usefulness or the public enjoyment of the water for any lawful or reasonable purpose. Runoff Coefficient- The fraction of total rainfall that will appear at the conveyance as runoff. Separate Storm Sewer System - A conveyance or system of conveyances (including roads with drainage systems,streets,catch basins,curbs,gutters,ditches,man-made channels,or storm drains), designed or used for collecting or conveying storm water; that is not a combined sewer,and that is not part of a publicly owned treatment works(POTW). Small Construction Activity-Construction activities including clearing,grading,and excavating that result in land disturbance of equal to or greater than one(1) acre and less than five(5)acres of land.Small construction activity also includes the disturbance of less than one(1)acre of total land area that is part of a larger common plan of development or sale if the larger common plan will ultimately disturb equal to or greater than one (1) and less than five (5) acres of land. Small construction activity does not include routine maintenance that is performed to maintain the original line and grade, hydraulic capacity,and original purpose of ditch, channel, or other similar storm water conveyance. Small construction activity does not include the routine grading of existing dirt roads,asphalt overlays of existing roads, the routine clearing of existing right-of--ways,and similar maintenance activities. Storm Water- Storm water runoff, snow melt runoff, and surface runoff and drainage. Storm Water Associated with Construction Activity - Stonn water runoff from a construction activity where soil disturbing activities (including clearing, grading, excavating) result in the disturbance of one (1) or more acres of total land area, or are part of a larger common plan of development or sale that will result in disturbance of one(1)or more acres of total land area. Structural Control (or Practice)- A pollution prevention practice that requires the construction of a device,or the use of a device, to capture or prevent pollution in storm water runoff. Structural controls and practices may include but are not limited to: silt fences,earthen dikes,drainage swales, sediment traps,check dams,subsurface drains,storm drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. Surface Water in the State- Lakes,bays,ponds, impounding reservoirs,springs,rivers,streams, creeks, estuaries, wetlands, marshes, inlets, canals, the Gulf of Mexico inside the territorial limits Page 5 r TPDES General Permit TXR 150000 of the state(from the mean high water mark (MHWM)out 10.36 miles into the Gulf),and all other bodies of surface water, natural or artificial, inland or coastal, fresh or salt, navigable or nonnavigable, and including the beds and banks of all water-courses and bodies of surface water, that are wholly or partially inside or bordering the state or subject to the jurisdiction of the state; except that waters in treatment systems which are authorized by state or federal law,regulation,or permit, and which are created for the purpose of waste treatment are not considered to be water in the state. Temporary Stabilization - A condition where exposed soils or disturbed areas are provided a protective cover,which may include temporary seeding,geotextiles,mulches,and other techniques to reduce or eliminate erosion until either final stabilization can be achieved or until further construction activities take place. Waters of the United States -(from title 40,part 122,section 2 of the Code of Federal Regulations) Waters of the United States or waters of the U.S. means: (a) all waters which are currently used, were used in the past,or may be susceptible to use in interstate or foreign commerce, including all waters which are subject to the ebb and flow of the tide; ^i (b) all interstate waters, including interstate wetlands; (c) all other waters such as intrastate lakes, rivers, streams (including intermittent streams), mudflats, sandflats, wetlands, sloughs, prairie potholes, wet meadows, playa lakes,or natural ponds that the use,degradation,or destruction ofwhich would '~ affect or could affect interstate or foreign commerce including any such waters: (1) which are or could be used by interstate or foreign travelers for recreational or other purposes; (2) from which fish or shellfish are or could be taken and sold in interstate or foreign commerce; or (3) which are used or could be used for industrial purposes by industries in interstate commerce; (d) all impoundments of waters otherwise defined as waters of the United States under this definition; (e) tributaries of waters identified in paragraphs(a) through (d)of this definition; (f) the territorial sea; and (g) wetlands adjacent to waters (other than waters that are themselves wetlands) identified in paragraphs (a) through(0 of this definition. Page 6 TPDES General Permit TXR,150000 Waste treatment systems,including treatment ponds or lagoons designed to meet the requirements ofCWA(other than cooling ponds as defined in 40 CFR § 423.11(m) which also meet the criteria of this definition) are not waters of the United States. This exclusion applies only to manmade bodies of water which neither were originally created in waters of the United States.(such as disposal area in wetlands) nor resulted from the impoundment of waters of the United States. Waters of the United States do not include prior converted cropland. Notwithstanding the determination of an area's status as prior converted cropland by any other federal agency, for the purposes of the Clean Water Act,the final authority regarding Clean Water Act jurisdiction remains with EPA. Part 11. Permit applicability and Coverage Section A. Discharges Eligible for Authorization 1. Storm Water Associated with Construction Activity Discharges of storm water runoff from small and large construction activities may be authorized under this general permit. 2. Discharges of Storm Water Associated with Construction Support Activities Discharges of storm water runoff from construction support activities, including concrete batch plants,asphalt batch plants,equipment staging areas,material storage yards, material borrow areas, and excavated material disposal areas may be authorized under this general permit provided: (a) the activity is located within.a 1-mile distance from the boundary of the permitted construction site and directly supports the construction activity; (b) the storm water pollution prevention plan is developed according to the provisions of this general permit and includes appropriate controls and measures to reduce erosion and discharge of pollutants in storm water runoff from the supporting industrial activity site; and (c) the industrial activity either does not operate beyond the completion date of the construction activity or obtains separate TPDES authorization for discharges. 3. Non-storm Water Discharges The following non-storm water discharges from sites authorized under this general permit are also eligible for authorization under this general permit. (a) discharges from fire fighting activities; Page 7 TPDES Genera[ Permit TXR150000 (b) fire hydrant flushings; (c) vehicle, external building, and pavement wash water where detergents and w soaps are not used and where spills or leaks of toxic or hazardous materials have not occurred(unless spilled materials have been removed; and if local state, or federal regulations are applicable, the materials are removed according to those regulations), and where the purpose is to remove mud, dirt, an dust; (d) water used to control dust; (e) potable water sources including waterline flushings; Me (f) air conditioning condensate; (g) uncontaminated ground water or spring water, including foundation or 14 footing drains where flows are not contaminated with industrial materials such as solvents. #. Other Permitted Discharges Any discharge authorized under a separate.NPDES,TPDES,or TCEQ permit may be combined with discharges authorized by this permit. Section B. Limitations on Permit Coverage I. Post Construction Discharges. Discharges that occur after construction activities have been completed,and after the construction site and any supporting activity site have undergone final stabilization, are not eligible for coverage under this general permit, Discharges originating from the sites are not authorized under this general permit following the submission of the notice of termination (NOT) for the construction activity. ?. Prohibition of Non-Storm Water Discharges Except as provided in Part II. A.2., A3.,and A4., all discharges authorized by this general permit must be composed entirety of storm water associated with construction activity. 3. Compliance With Water Quality Standards Discharges to surface water in the state that would cause or contribute to a violation of water quality standards or that would fail to protect and maintain existing designated uses are not eligible for coverage under this general permit. The executive director may require an application for an individual permit or alternative "" Page S GR P TPDES General Permit TXR150000 general permit (see Part 11.G.3)to authorize discharges to surface water in the state from any activity that is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use. The executive director may also require an application for an individual permit considering factors described in Part II. G.2. I IM4. Discharges to Water Quality-Impaired Receiving Waters. New sources or new discharges of the constituents of concern to impaired waters are not authorized by this permit unless otherwise allowable under 30 TAC Chapter 345 and applicable state law. Impaired waters are those that do not meet applicable water quality standards and are listed on the EPA approved Clean Water Act Section 303(d) list. Constituents of concern are those for which the water body is listed as impaired. Discharges of the constituents of concern to impaired water bodies for which there is a total maximum daily load(TMDL) implementation plan are not eligible for this permit unless they are consistent with the approved TMDL and the implementation plan. Permittees must incorporate the limitations, conditions, and requirements applicable to their discharges,including monitoring frequency and reporting required by TCEQ rules, into their storm water pollution prevention plan in Order to be religible for coverage under this general permit. 5. Discharges to the Edwards Aquifer Recharge Zone Discharges cannot be authorized by this general permit where prohibited by 3d Texas Administrative Code(TAC) Chapter 213_(relating to Edwards Aquifer). (a) For new discharges located within the Edwards Aquifer Recharge Zone,or within that area upstream from the recharge zone and defined as the Contributing Zone,operators must meet all applicable requirements of, and operate according to, 30 TAG Chapter 213 (Edwards Aquifer Rule) in addition to the provisions and requirements of this general permit. (b) For existing discharges, the requirements of the agency-approved Water Pollution Abatement Plan under the Edwards Aquifer Rules are in addition to the requirements ofthis general permit. BMPs and maintenance schedules for structural storm water controls, for example, may be required as a provision of the rine. All applicable requirements of the Edwards Aquifer .Rule for reductions of suspended solids in storm water runoff are in addition to the requirements in this general permit for this pollutant. For discharges from large construction activities located on the Edwards Aquifer contributing zone, applicants must also submit a copy of the NGI to the appropriate TCEQ regional office." Page 9 in TPDES General Permit TX R 150000 Counties: Contact: Comal, Bexar, Medina, Uvalde, TCEQ and Kinney Water Program Manager San Antonio Regional Office 14250 Judson Rd. San Antonio,Texas (210)490-3096 Williamson,Travis, and Hays TCEQ Water Program Manager Austin Regional Office 1421 Cedar Bend Dr.,Ste. 150 Austin, Texas (512) 339-2929. 6. Discharges to Specific Watersheds and Water Quality Areas Discharges otherwise eligible for coverage cannot be authorized by this general permit where prohibited by 30 TAG Chapter 311 (relating to Watershed Protection) for water quality areas and watersheds. 7. Protection of Streams and Watersheds by Other Governmental Entities This general permit does not limit the authority or ability of federal, other state,or "' local governmental entities from placing additional or more stringent requirements on construction activities or discharges from construction activities. For example, this permit does not limit the authority of a home-rule municipality provided by '* Section 401.002 of the Texas Local Government Code. 8_ Indian Country Lands Storm water runoff from construction activities occurring on Indian Country lands are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges of storm water require authorization under federal National Pollutant Discharge Elimination System(NPDES)regulations,authority for these discharges must be obtained from the U.S. Environmental Protection Agency 67 (EPA). 9. Oil and Gas Production Storm water runoff from construction activities associated with the exploration, development, or production of oil or gas or geothermal resources, including transportation of crude oil or natural gas by pipeline, are not under the authority of the TCEQ and are not eligible for coverage under this general permit. If discharges Page 10 Ma TPDES General Permit TXR150000 of storm water require authorization under federal NPDES regulations,authority for these discharges must be obtained from the EPA. i10. Storm Water Discharges from Agricultural Activities Storm water discharges from agricultural activities that are not point source discharges of storm water are not subject to TPDES permit requirements_ These activities may include clearing and cultivating ground for crops, construction of fences to contain livestock, construction of stock ponds, and other similar agricultural activities. Section C. Deadlines for Obtaining Authorization to Discharge 1. Large Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized,either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction-Operators of large construction activities continuing to operate after the issuance date of this permit,and authorized underNPDES general permit TXR100000(issued July 6, 1998,FR 36490),must submit an NOI to obtain authorization under this general permit within 90 days of the issuance date of this general permit. During this interim period, as a requirement of this TPDES permit, the operator must continue to meet the conditions and requirements of the federal NPDES permit. If the construction activity is completed prior to this 90-day deadline, and the site would otherwise qualify for termination of coverage under that federal NPDES permit,the operator must notify the executive director of the TCEQ in writing within 30 days of That condition. ?. Small Construction Activities (a) New Construction - Discharges from sites where the commencement of construction occurs on or after the issuance date of this general permit must be authorized, either under this general permit or a separate TPDES permit, prior to the commencement of those construction activities. (b) Ongoing Construction - Discharges from ongoing small construction activities that commenced prior to March 10,2003,and that would not meet the conditions to qualify for termination of this permit as described in Park II.E. of this general permit, must be authorized, either under this general permit or a separate TPDES permit, prior to March 10, 2003. Page 1 1 TPDES General Pennit TX 150000 Section D. Obtaining Authorization to Discharge I, Small construction activities are determined to occur during periods of low potential for erosion,and operators of these sites may be automatically authorized raider this general pernnit and not required to develop a storm water pollution prevention plan or submit a notice of intent(NOI), provided- (a) the construction activity occurs in a county listed in Appendix A; (b) the construction activity is initiated and completed, including either final or temporary stabilization of all disturbed areas,within the time frame identified in Appendix A for the location of the construction site; (c) all temporary stabilization is adequately maintained to effectively reduce or prohibit erosion, final stabilization activities have been initiated and a Condition,of final stabilization is completed no later than 30 days following son the end date of the time frame identified in Appendix A for the location of the construction site; (d) the permittee signs a completed construction site notice(Attachment 1 of this general permit), including the certification statement; (e) a signed copy of the construction site notice is posted at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities prior to cornmencing construction activities,and maintained in that location until completion of the construction activity; (f) a copy of the signed and certified construction site notice is provided to the operator of any municipal separate storm sewer system receiving the discharge at least two days prior to commencement of construction activities; and (g) any supporting concrete batch plant or asphalt batch plant is separately authorized for discharges of storm water runoff or other non-storm water discharges under an individual TPDES permit, another TPDES general permit or under an individual TCEQ permit where storm water and non- ^` storm water is disposed of by evaporation or irrigation (discharges are adjacent to water in the state). 2_ Operators ofsmall construction activities not described in Part II.D.1.above may be automatically authorized under this general permit,and operators of these sites are not required to submit an NOI provided they: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant Page 1 TPDES General Permit TXR150000 is the operator, and implement that plan prior to commencing construction activities; w (b) sign a completed construction site notice ( Attachment 2 of this general permit); P (c) post a signed copy of the construction site notice at the construction site in a location where it is readily available for viewing by the general public, local, state, and federal authorities, prior to commencing construction activities, and maintain the notice in that location until completion of the construction activity;and (d) provide a copy of the signed and certified construction site notice to the operator of any municipal separate storm scwcr system receiving the N discharge at least two days prior to commencement of construction activities. 3. Operators of all other construction activities that qualify for coverage under this general permit must: (a) develop a SWP3 according to the provisions of this general permit, that covers either the entire site or all portions of the site for which the applicant is the operator, and implement that plan prior to commencing construction activities; r (b) submit a Notice of Intent (NOI), using a form provided by the executive director, at least 2 days prior to commencing construction activities; or (c) if the operator changes, or an.additional operator is added after the initial NO]is submitted,the new operator must submit an N©I at least two(2)days before assuming operational control; r (d) post a copy of the NOI at the construction site in a location where it is readily available for viewing prior to commencing construction activities, and tt maintain the notice in that location until completion of the construction activity; (e) provide a copy of the signed NOI to the operator of any municipal separate storm sewer system receiving the discharge, at least two (2) days prior to commencing construction activities; and 7 (f) implement the SWP3 prior to beginning construction activities, IN • Page 13 7 TPDES General Permit TXR150000 4. Effective Date of Coverage (a) Operators of construction activities described in either Part II. D.1. or D.2, are authorized immediately following compliance with theconditions of Part "u II. D.I. or D.2. that are applicable to the construction activity, (b) Operators of al I other construction activities eligible for coverage under this general permit, unless otherwise notified by the executive director, are provisionally authorized two(2)days from the date that a completed NOI is postmarked for delivery to the TCEQ. If electronic submission of the NOI is provided,and unless otherwise notified by the executive director,operators are provisionally authorized 24 hours following confirmationofreceipt of the NUI by the TCEQ. Authorization is non-provisional when the executive director finds the NUI is administratively complete and an authorization number is issued for the activity. (c) Operators are not prohibited from submitting late NON or posting late notices to obtain authorization under this general permit. The TCEQ reserves the right to take appropriate enforcement actions for any unpermitted activities that may have occurred between the time construction commenced and authorization is obtained.. 5. Notice of Change (NOC) Letter If the operator becomes aware that it failed to submit any relevant facts,or submitted incorrect information in an NOI, the correct information must be provided to the executive director in a NOC letter within 14 days after discovery. If relevant information provided in the NOI changes,a NOC letter must be submitted within 14 days of the change. A copy of the NOC must be provided to the operator of any M54 receiving the discharge. 6. Signatory Requirement for NOI Forms,Notice of Termination (NOT)Forms,NOC Letters, and Construction Site Notices NOI forms,NOT forms,NOC letters,and Construction Site Notices must be signed according to 30 TAC § 305.44(relating to Application for Permit). 7. Contents of the NUI The NOI farm shall require, at a minimum, the following information: 69 (a) the name, address, and telephone number of the operator filing the NOI for permit coverage; 69 h (b) the name(or other identifier),address, county,and latitude/longitude of the construction project or site; Page 14 ' .4 7 s TPDES General Permit TXR150000 (c) number of acres that will be disturbed (estimated to the largest whole number); 1' (d) whether the project or site is located on Indian Country lands; (e) confirmation that a SWP3 has been developed and that the SWP3 will be compliant with any applicable local sediment and erosion control plans;and *„ (f) name of the receiving water(s). Section E. Application to Terminate Coverage rEach operator that has submitted an N 0 for authorization under this general permit must apply to terminate that authorization following the conditions described in this section of the general permit. r Authorization must be terminated by submitting a Notice ofTermination(NOT)on a form supplied by the executive director. Authorization to discharge under this permit terminates at midnight on the day the NOT is postmarked for delivery to the TCEQ. If electronic submission of the NOT is provided, authorization to discharge under this permit terminates immediately fallowing rconfirmation ofreceiptofthe NOT by the TCEQ. Compliance with the conditions and requirements of this permit is required until an NOT is submitted. r1. Notice of Termination required The NOT must be submitted to TCEQ, and a copy of the NOT provided to the Foperator of any M54 receiving the discharge,within thirty (30) days, after: (a) final stabilization has been achieved on all portions of the site that is the responsibility of the permittee: or (b) another permitted operator has assumed control over all areas of the site that have not been finally stabilized; and (c) all silt fences and other temporary erosion controls have either been removed, scheduled for removal as defined in the SWP3, or transferred to a new operator if the new operator has sought pennit coverage. Erasion controls that are designed to remain in place for an indefinite period,such as mulches and fiber mats, are not required to be removed or scheduled for removal, 2. Minimum Contents of the NOT The NOT form shall require,at a minimum, the following information: (a) if authorization was granted following submission of NOI, the permittees site-specific TPDES general permit number for the construction site; Page 15 1 TPDES General Permit TXR 150000 (b) an indication of whether the construction activity is completed or if the permittee is simply no longer an operator at the site, (c) the name, address and telephone number of the permittee submitting the NOT; (d) the name (or other identifier),address,county,and latitude/longitude of the construction project or site; and (e) a signed certification that either all storm water discharges requiring authorization under this general permit will no longer occur, or that the applicant to terminate coverage is no longer the operator of the facility or construction site, and that all temporary structural erosion controls have either been removed,will be removed on a schedule defined in the SWP3,or transferred to a new operator if the new operator has applied for permit coverage. Erosion controls that are designed to remain in place for an indefinite period, such as mulches and fiber mats, are not required to be removed or scheduled for removal. Section F. Waivers from Coverage The executive director may waive the otherwise applicable requirements of this general permit for storm water discharges from small construction activities under the terms and conditions described in this section. 1. Waiver Applicability and Coverage Operators of small construction activities may apply for and receive a waiver from the requirements to obtain authorization under this general permit where: (a) the calculated rainfall erosivity R factor for the entire period of the construction project is less than five(5); (b} the operator submits a signed waiver certification form, supplied by the executive director, certifying that the construction activity will commence and be completed within a period when the value of the calculated rainfall erosivity R factor is less than five (5); and (c) the waiver certification form is submitted to the TCEQ at least two(2)days before construction activity begins, 2. Effective Date of Waiver Operators of small construction activities are provisionally waived from the otherwise applicable requirements of this general permit two (2)days from the date that a completed waiver certification form is postmarked for delivery to TGEQ. '* Page 16 I r TPDES General Permit TXR 150000 3_ Activities Extending Beyond the Waiver Period r If a construction activity extends beyond the approved waiver period due to circumstances beyond the control of the operator, the operator must either: (a) recalculate the rainfall erosivity factor R factor using the original start date and a new projected ending date, and if the R factor is still under five (5), submit a new waiver certification form at least two (2) days before the end of the original waiver period; or 1 (b) obtain authorization under this general permit according to the requirements delineated in either Part II.D.2.or Part II.D.3.at least two(2)days before the end of the approved waiver period. pe Sectian G. Alternative TPDES Permit Coverage I. Individual Permit Alternative Any discharge eligible for coverage under this general permit may alternatively be authorized under an individual TPDES permit according to 30 TAC Chapter 305 (relating to Consolidated Pen-nits). Applications for individual permit coverage should be submitted at least three hundred and thirty (330) days prior to commencement of construction activities to ensure timely issuance. 2. Individual Permit Required w The executive director may suspend an authorization or NOI in accordance with the procedures set forth in 30 TAC Chapter 205, including the requirement that the executive director provide written notice to the permittee. The executive director may require an operator of a construction site, otherwise eligible for authorization 1P under this general permit, to apply for an individual TPDES permit because of: (a) the conditions of an approved TMDL orTMDL implementation pian; (b) the activity is determined to cause a violation of water quality standards or is found to cause, or contribute to, the loss of a designated use of surface water in the state: and (c) any other considerations defined in 30 TAC Chapter 205 would include the provision at 30 TAC § 205.4(c)(3)(D), which allows TCEQ to deny authorization under the general permit and require an individual permit if a discharger"has been determined by the executive director to have been out of compliance with any rule, order,or permit of the commission, including non-payment of fees assessed by the executive director." Page 17 TPDES Genera[Permit TXR 150000 *y 3. Any discharge eligible for authorization under this general permit may alternatively be authorized under a separate, applicable general permit according to 30 TAC Chapter 205 (relating to General Permits for Waste Discharges). Section H. Permit Expiration This general permit shall be issued for a tern not to exceed five(5)years. Following public notice and comment, as provided by 30 TAC § 205.3 (relating to Public Notice, Public Meetings, and Public Comment),the commission may amend,revoke,cancel,or renew this general permit. If the TCEQ publishes a notice of its intent to renew or amend this general permit before the expiration date,the permit will remain in effect for existing,authorized,discharges until the commission takes final action on the permit, Upon issuance of a renewed or amended permit, permittees may be required to submit an NOI within 90 days following the effective date of the renewed or amended permit,unless that permit provides for an alternative method for obtaining authorization. In the event that the general permit is not renewed,discharges that are authorized under the general permit must obtain either a TPDES individual permit or coverage under an alternative general permit. Part III, Storm Water Pollution Prevention Plans(SWP3) Storm water pollution prevention plans must be prepared for storm water discharges that will reach Waters of the United States, including discharges to MS4 systems and privately owned separate storm sewer systems that drain to Waters of the United States, to identify and address potential sources of pollution that are reasonably expected to affect the quality of discharges from the construction site,including off-site material storage areas,overburden and stockpiles of dirt,borrow areas,equipment staging areas,vehicle repair areas,fueling areas,etc.,used solely by the permitted. project. The SWP3 must describe and ensure the implementation of practices that will be used to reduce the pollutants in storm water discharges associated with construction activity at the construction site and assure compliance with the terms and conditions of this pertnit. Individual operators at a site may develop separate SWP3s that cover only their portion of the project provided reference is made to the other operators at the site. Where there is more than one SWP3 for a site, permittees must coordinate to ensure that BMPs and controls are consistent, and do not negate or impair the effectiveness of each other. Regardless of whether a single comprehensive SWP3 is developed, or separate SWP3s are developed for each operator, it is the responsibility of each operator to ensure that compliance with the terms and conditions of this general permit is met in the areas of the construction site where that operator has operational control over construction pians and specifications or day-to-day operational control. Section A. Shared SWP3 Development For more effective coordination ofBMPs and opportunities for cast sharing,a cooperative effort by the different operators at a site is encouraged. Operators must independently submit an NOI and obtain authorization, but may work together to prepare and implement a single comprehensive SWP3 for the entire construction site, Page 18 I TPDES General Permit TXR 150000 I. The SWP3 must clearly list the name and, for large construction activities, the general permit authorization numbers, for each operator that participates in the shared SWP3. Until the TCEQ responds to receipt of the NOI with a general permit authorization number, the SWP3 must specify the date that the N01 was submitted to TCEQ by each operator. Each participant in the shared plan must also sign the r SWP3. 2.. The SWP3 must clearly indicate which operator is responsible for satisfying each shared requirement of the SWP3. If the responsibility for satisfying a requirement is not described in the plan, then each permittee is entirely responsible for meeting the requirement within the boundaries of the construction site where they perform construction activities. The SWP3 must clearly describe responsibilities for meeting reach requirement in shared or common areas. Section B. Responsibilities of Operators 1. Operators with Control Over Construction Plans and Specifications All operators with operational control over construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit must- (a) ensure the project specifications allow or provide that adequate BMPs may be devetoped to meet the requirements of Part III of this general permit; (b) ensure that the SWP3 indicates the areas of the project where they have operational control over project specifications(including the ability to make modifications in specifications); (c) ensure all other operators affected by modifications in project specifications are notified in a timely manner such that those operators may modify best management practice-, as are necessary to remain compliant with the PP conditions of this general permit; and (d) ensure that the SWP3 for portions of the project where they are operators indicates the name and TPDES permit numbers for permittees with the day- to-day operational control over those activities necessary to ensure compliance with the SWP3 and other permit conditions. In the case that responsible parties have not been identified, the permittee with operational control over project specifications must be considered to be the responsible party until such time as the authority is transferred to another party and the plan is updated. Page. 19 F r TPDES General Permit TXR150000 2. Operators with Day-to-Day Operational Control Operators with day-to-day operational control of those activities at a project that are necessary to ensure compliance with a SWP3 and other permit conditions must; (a) ensure that the SWP3 for portions of the project where they are operators meets the requirements of this general permit; (b) ensure that the SWP3 identifies the parties responsible for implementation of best management practices described in the plan; (c) ensure that the SWP3 indicates areas of the project where they have operational control over day-to-day activities; (d) ensure that the SWP3 indicates,for areas where they have operational control over day-to-day activities,the name and TPDES permit number of the parties with operational control over project specifications(including the ability to make modifications in specifications). G9 Section C. Deadlines for SWP3 Preparation and Compliance I. The SWP3 must be: (a) completed prior to obtaining authorization under this general permit; (b) implemented prior to commencing construction activities that result in soil disturbance; '1 (c) updated as necessary to reflect the changing conditions of new operators, new areas of responsibility,and changes in best management practices;and (d) prepared so that it provides for compliance with the terms and conditions of this general permit. Section D. Plan Review and Making Plans Available I. The SWP3 must be retained on-site at the constriction site or, if the site is inactive or does not have an on-site location to store the plan, a notice must be posted describing the location of the SWP3. The SWP3 must be made readily available at the time of an on-site inspection to: the cxecutive director; a federal,state, or local '! agency approving sediment and erosion plans, grading plans, or storm water management plans, local government officials; and the operator of a municipal separate storm sewer receiving discharges from the site. ?. Operators of a large construction activity obtaining authorization to discharge through submission of a NOI must post a notice near the main entrance of the Page 20 N TPDES General Permit TXRl50000 construction site. If the construction project is a linear construction project (e.g. pipeline, highway, etc.), the notice must be placed in a publicly accessible location near where construction is actively underway_ Notice for these linear sites may be relocated, as necessary,along the length of the project. The notice must be readily available for viewing by the general public, local,state,and federal authorities,and contain the following information: (a) the TPDES general permit number for the project(or a copy of the NOI that was submitted to the TCEQ if a permit number has not yet been assigned); {b} the name and telephone number of a representative for the operator; (c) a brief description of the project; and (d) the location of the SWP3. 3. This permit does not provide the general public with any right to trespass on a construction site for any reason,including inspection of a site; nor does this permit require that permittees allow members of the general public access to a construction site. Section E. Keeping!Plans Current The permittee must revise or update the storm water pollution prevention plan whenever: L there is a change in design, construction, operation, or maintenance that has a significant effect on the discharge of pollutants and that has not been previously addressed in the SWP3; or 2. results of inspections or investigations by site operators, operators of a municipal separate storm sewer system receiving the discharge, authorized TCEQ personnel, or a federal,state or local agency approving sediment and erosion plans indicate the SWP3 is proving ineffective in eliminating or significantly minimizing pollutants in discharges authorized under this general permit. Section F. Contents of SWP3 The SWP3 must include, at a minimum, the information described in this section. I. A site description, or project description must be developed to include: (a) a description of the nature of the construction activity, potential pollutants and.sources; (b) a description of the intended schedule or sequence of major activities that will disturb soils for major portions of the site; Page 21 TPDES General Permit'M 150000 (c) the total number of acres of the entire property and the total number of acres where construction activities will occur, including off-site material storage areas, overburden and stockpiles of dirt, and borrow areas; .. (d) data describing the soil or the quality of any discharge from the site; (e) a map showing the general location of the site (e.g. a portion of a city or county map),- (f) ap);(f) a detailed site map(or maps) indicating the following: (i) drainage patterns and approximate slopes anticipated after major grading activities; (ii) areas where soil disturbance will occur; w (iii) locations of all major structural controls either planned or in place; (iv) locations where stabilization practices are expected to be used; "' (v) locations of off-site material, waste, borrow, fill, or equipment storage areas; (vi) surface waters (including wetlands) either adjacent or in close proximity; and 09 (vii) locations where storm water discharges from the site directly to a surface water body. 'a (g) the location and description of asphalt plants and concrete plants providing support to the construction site and authorized under this general permit; (h) the name of receiving waters at or near the site that will be disturbed or that will receive discharges from disturbed areas of the project; and (i) a copy of this TPDES general permit. The SWP3 must describe the best management practices that will be used to minimize pollution in runoff. The description must identify the general timing or sequence for implementation. At a minimum, the description must include the following components: (a) Erosion and Sediment Controls (i) Erosion and sediment controls must be designed to retain sediment on-site to the extent practicable with consideration for local 'v Page 22 r G TPDES General Permit TXR150000 r• topography, soil type, and rainfall. Controls must also be designed and utilized to reduce the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water from the site. �+ (ii) Control measures must be properly selected, installed, and 1 maintained according to the manufacturer's or designer's specifications. If periodic inspections or other information indicates a control has been used incorrectly,or that the control is performing inadequately,the operator must replace or modify the control as soon as practicable after discovery that the control has been used incorrectly, is performing inadequately, or is damaged. (iii) Sediment must be removed from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. (iv) If sediment escapes the site, accumulations must be removed at a frequency to minimize further negative effects, and whenever feasible, prior to the next rain event. (v) Controls must be developed to limit,to the extent practicable,offsite transport of liner, construction debris,and construction materials. (b) Stabilization Practices The SWP3 must include a description of interim and permanent stabilization practices for the site, including a schedule of when the practices will be implemented. Site plans should ensure that existing vegetation is preserved where it is possible. (i) Stabilization practices may include but are not limited to: establishment of temporary vegetation, establishment of permanent vegetation,mulching,geotextiles,sod stabilization,vegetative buffer strips, protection of existing trees and vegetation, and other similar measures. (ii) The following records must be maintained and either attached to or referenced in the SWP3,and made readily available upon request to the parties in Part I11.D.1 of this general permit: (a) the dates when major grading activities occur; (b) the dates when construction activities temporarily or permanently cease on a portion of the site; and Page 23 in TPDES General Permit TXR150000 eq (c) the dates when stabilization measures are initiated. (iii) Stabilization measures must be initiated as soon as practicable in Ow portions of the site where construction activities have temporarily or permanently ceased,and except as provided in(a)through(c)below, must be initiated no more than fourteen (14) days after the construction activity in that portion of the: site has temporarily or permanently ceased. (a) Where the initiation of stabilization measures by the 14th day after construction activity temporarily or permanently ceased is precluded by snow cover or frozen ground conditions, stabilization measures must be initiated as soon as practicable, (b) Where construction activity on a portion of the site is temporarily ceased, and earth disturbing activities will be resumed within twenty-one(2 1)days,temporary stabilization measures do not have to be initiated on that,portion of site. (c) In arid areas(areas with an average rainfall of to 10 inches), semiarid areas(areas with an average annual rainfall of 10 to 20 inches), and areas experiencing droughts where the initiation of stabilization measures by the 14th day after construction activity has temporarily or permanently ceased is precluded by seasonably and conditions, stabilization measures must be initiated as soon as practicable. 3. Structural Control Practices The SW P3 must include a description of any structural control practices used to divert flows away from exposed soils, to limit the contact of runoff with disturbed areas, or to lessen the off-site transport of eroded soils. i (a) Sediment basins are required,where feasible forcommon drainage locations that serve an area with ten (10) or more acres disturbed at one time, a temporary (or permanent) sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures, shall be provided where attainable until final stabilization of the site.Where rainfall data is not available or a calculation cannot be performed, a temporary (or permanent) sediment basin providing 3,600 cubic feet of storage per acre drained is required where attainable until final stabilization of the site. When calculating the volume of runoff from a 2-year,24-hour storm event,it is not required to include the flows from offsite areas and flow from onsite areas that are either undisturbed or have already undergone final stabilization, if Page 24 r T'PDES General Permit TXR150000 1 these flows are diverted around both the disturbed areas of the site and the sediment basin. In determining whether installing a sediment basin is feasible,the permittee may consider factors such as site soils,slope,available area on site, public safety, precipitation patterns, site geometry, site vegetation, infiltration capacity,geotechnical factors,depth to groundwater and other similar considerations. Where sediment basins are not feasible, equivalent control measures,which may include a series of smaller sediment basins,must be used. At a minimum, silt fences,vegetative buffer strips,or equivalent sediment controls are required for all down slope boundaries(and for those side slope boundaries deemed appropriate as dictated by individual site conditions) of the construction area. i (b) Sediment traps and sediment basins may also be used to control solids in storm water runoff for drainage locations serving less than ten(10)acres. At a minimum, silt fences, vegetative buffer strips, or equivalent sediment controls are required for all down slope boundaries(and for those side slope boundaries deemed appropriate as dictated by individual site conditions) of the construction. Alternatively,a sediment basin that provides storage for a calculated volume of runoff from a 2-year, 24-hour storm from each disturbed acre drained, or equivalent control measures,may be provided or where rainfall data is not available or a calculation cannot be performed, a temporary (or permanent) sediment basin providing 3,500 cubic feet of storage per acre drained may be provided. 4. Pennanent Storm Water Controls A description of any measures that will be installed during the construction process to control pollutants in storm water discharges that will occur after construction operations have been completed must be included in the SWP3. Permittees are only responsible for the installation and maintenance of storm water management " measures prior to final stabilization of the site or prior to submission of an NOT. 5. Other Controls (a) Off-site vehicle tracking of sediments and the generation of dust trust be minimized, N The SWP3 must include a description of construction and waste materials expected to be stored on-site and a description of controls to reduce pollutants from these materials. (c) The SWP3 must include a description of pollutant sources from areas other than construction(including storm water discharges from dedicated asphalt plants and dedicated concrete plants), and a description of controls and measures that will be implemented at those sites to minimize pollutant f discharges.. I Page 25 r a� r� TPDES General Pennit TXR150000 (d) Velocity dissipation devices shall be placed at discharge locations and along .; the length of any outfall channel to provide a non-erosive flow velocity from the structure to a water course so that the natural physical and biological characteristics and functions are maintained and protected. 7 6. Approved State and Local Plans (a) Permittees must ensure the SWP3 is consistent with requirements specified in applicable sediment and erosion site plans or site permits,or storm water management site plans or site permits approved by federal, state, or local officials. (b) SWP3s must be updated as necessary to remain consistent with any changes applicable to protecting surface water resources in sediment erosion site plans or site permits, or storm water management site plans or site permits approved by state or local official for which the permittee receives written notice. 7. Maintenance All erosion and sediment control measures and other protective measures identified in the SWP3 must be maintained in effective operating condition. If through inspections the permittee determines that SMPs are not operating effectively, maintenance must be performed before the next anticipated storm event or as necessary to maintain the continued effectiveness of storm water controls. If "+ maintenance prior to the next anticipated storm event is impracticable,maintenance must be scheduled and accomplished as soon as practicable. Erosion and sediment controls that have been intentionally disabled, run-over, removed, or otherwise oil rendered ineffective must be replaced or corrected immediately upon discovery. S. Inspections of Controls In the event of flooding or other uncontrollable situations which prohibit access to the inspection sites, inspections must be conducted as soon as access is practicable WV (a) Personnel provided by the permittee and familiar with the SWP3 must inspect disturbed areas of the construction site that have not been finally stabilized, areas used for storage of materials that are exposed to precipitation, and structural controls for evidence of, or the potential for, pollutants entering the drainage system. Sediment and erosion control measures identified in the SWP3 must be inspected to ensure that they are operating correctly. Locations where vehicles enter or exit the site must be inspected for evidence of off-site sediment tracking. Inspections must be � conducted at least once every fourteen(14)calendar days and within twenty four(24) hours of the end of a storm event of 0_5 inches or greater_ Page 26 I TPDES General Permit TXR 150000 I Where sites have been finally or temporarily stabilized, where runoff is unlikely due to winter conditions (e.g. site is covered with snow, ice, or frozen ground exists), or during seasonal and periods in arid areas (areas with an average annual rainfall of 0 to 10 inches) and semi-arid areas(areas with an average annual rainfall of 10 to 20 inches), inspections must be conducted at least once every month. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that these inspections will occur at least once every seven (7) calendar days. If rp this alternative schedule is developed, the inspection must occur on a specifically defined day,regardless of whether or not there has been a rainfall event since the previous inspection. (b) Utility line installation, pipeline construction, and other examples of long, narrow,linear construction activities may provide inspection personnel with limited access to the areas described in Part III.F.8.(a) above. Inspection of w these areas could require that vehicles compromise temporarily or even permanently stabilized areas, cause additional disturbance of soils, and increase the potential for erosion. In these circumstances, controls must be inspected at least once every fourteen(14)calendar days and within twenty four(24)hours of the end of a storm event of 0,5 inches, but representative inspections may be performed. For representative inspections, personnel must inspect controls along the construction site for 0.25 mile above and below each access point where a roadway,undisturbed right-of-way,or other similar feature intersects the construction site and allows access to the areas described in Part III.F.8.(a)above. The conditions of the controls along each inspected 0,25 mile segment may be considered as representative of the condition of controls along that reach extending from the end of the 0.25 mile segment to either the end of the next 0.25 mile inspected segment,or to the end of the project, whichever occurs first. As an alternative to the above-described inspection schedule of once every fourteen (14) calendar days and within twenty four (24) hours of a storm event of 0.5 inches or greater, the SWP3 may be developed to require that V" these inspections will occur at least once every seven(7) calendar days. If this alternative schedule is developed, the inspection must occur on a specifically defined day,regardless of whether or not there has been a rainfall event since the previous inspection. (c) The SWP3 must be modified based on the results of inspections, as necessary,to better control pollutants in runoff. Revisions to the SWP3 must be completed within seven (7) calendar days following the inspection. If existing BMPs are modified or if additional BMPs are necessary, an implementation schedule must be described in the SWP3 and wherever Page 27 r TPDES General Permit TXR150000 possible those changes implemented before the next storm event. if implementation before the next anticipated storm event is impracticable, these changes must be implemented as soon as practicable. (d) A report summarizing the scope of the inspection, names and qualifications of personnel making the inspection, the dates of the inspection, and major observations relating to the implementation of the SWP3 must be made and retained as part of the SWP3. Major observations should include. The locations of discharges of sediment or other pollutants from the site; locations of BMPs that need to be maintained; locations of BMPs that failed to operate as designed or proved inadequate for a particular location; and Iocations where additional BMPs are needed. Actions taken as a result of inspections must be described within, and retained as a part of, the SWP3. Reports must identify any incidents ofnon- w compliance. Where a report does not identify any incidents of non- compliance, the report must contain a certification that the facility or site is in compliance with the SWP3 and this permit. The report must be signed by the person and in the manner required by 30 TAC § 305.128 (relating to Signatories to Reports) 9. The SWP3 must identify and ensure the implementation of appropriate pollution prevention measures for all eligible non:-storm water components of the discharge. Part IV.Numeric Effluent Limitations Section A. Limitations All discharges of storm water runoff from concrete batch plants that qualify for coverage,and that are authorized to discharge storm water under the provisions of this general permit must be monitored at the following monitoring frequency and comply with the following numeric effluent limitations: Limitations Monitoring Parameter _ Daily Maximum Frequency Total. Suspended Solids 55 mgll IlYear* Oil and Grease 15 mgll UYear* pH between b and q standard units 11Year* * if discharge occurs. OR Section B. Reporting Requirements Results of monitoring for determining compliance with numeric effluent limitations must be recorded on a discharge monitoring report(DMR). The DMR must either be an original EPA No. 3320-1 form(Attachment 3 of this general permit),a duplicate of the form,or as otherwise provided by the executive director. Monitoring must be conducted prior to December 3 V for each annual Page 28 r TPDES General Permit TXR 150000 monitoring period. A copy of the DMR must either be retained at the facility or shall be made readily available for review by authorized TCEQ personnel upon request,by March 3151 following W the end of each annual monitoring period. If the results indicate the violation of one or more of these numeric limitations, the permittee must also submit the DMR to the TCEQ's Information Resources Center(MC 212) by March 31"of each annual monitoring period. PQ Part V. Retention of Records r, The permittee must retain the following records for a minimum period of three (3) years from the date that a NOT is submitted as required by Part II.D. For activities that are not required to submit an NOT,records shall be retained for a minimum period of three(3)years from the date that either: final stabilization has been achieved on all portions of the site that is the responsibility of the permittee;or another permitted operator has assumed control according to over all areas of the site that have not been finally stabilized. Records include; I. A copy of the SWP3 plan. 2. All reports and actions required by this permit, including a copy of the construction site notice. 3. All data used to complete the NOT, if an NOI is required for coverage under this general permit. Part V1. Standard Permit Conditions I. The permittee has a duty to comply with all permit conditions. Failure to comply with any permit condition is a violation of the permit and statutes under which it was issued,and is grounds for enforcement action, for terminating coverage under this general permit, or for requiring a discharger to apply for and obtain an_individual TPDES permit. 2. Authorization under this general permit may be suspended or revoked for cause. Filing a notice of planned changes or anticipated non-compliance by the permittee does not stay any permit condition. The permittee must furnish to the executive director, upon request and within a reasonable time,any information necessary for the executive director to determine whether cause exists for revoking, suspending, or terminating authorization under this permit. Additionally, the permittee must provide to the executive director, upon request, copies of all records that the permittee is required to maintain as a condition of this general permit. r3. It is not a defense for a discharger in an enforcement action that it would have been necessary to halt or reduce the permitted activity to maintain compliance with the permit conditions. 4. Inspection and entry shall be allowed under Texas Water Code Chapters 26-28,Health and Safety Code §§ 361.032-361.033 and 361.037, and 40 Code of Federal Regulations (CFR) §122.41(1). The statement in Texas Water Code§26.414 that commission entry of a facility shall occur according to an establishment's rules and regulations concerning safety,internal security,and fire protection is not grounds for denial or restriction of entry to any part of the Page 29 r TPDES General Permit TXR150000 facility or site, but merely describes the commission's duty to observe appropriate rules and regulations during an inspection. 5. The dischargeris subject to administrative,civil,and criminal penalties,as applicable,under Texas Water Cade§§25.136,26.212,and 26.213 for violations including but not limited to the following: a. negligently or knowingly violating CWA, §§ 301., 302,306, 307, 308, 318,or 405, or any condition or limitation implementing any sections in a permit issued under CWA,§402,or any requirement imposed in a pretreatment program approved under CWA, §§ 402(a)(3)or 402(b)(8); b_ knowingly making any false statement,representation,or certification in any record or other document submitted or required to be maintained under a permit,including monitoring reports or reports of compliance or noncompliance. 6. All reports and other information requested by the executive director must be signed by the person and in the manner required by 30 TAC §305.128(relating to Signatories to Reports). 7. Authorization under this general permit does not convey property or water rights of any sort and does not grant any exclusive privilege. Part VU. Fees Section A. Application Fees An�application fee of $100 must be submitted with each NOI for coverage of a large construction activity. A fee is not required for submission of an NOT or NOC letter. Section B. Water Quality Fees Large construction activities authorized under this general permit must pay an annual Water Quality Fee of$100 under Texas Water Code 26.0291 and according to TAC Chapter 205 (relating to General Permits for Waste Discharges). OR Page 30 F0 Appendix A. Periods of Low Erosion Potential by County Start Date-End Date Start Date-End Date Start Date- End Date Dec. 15-Feb. 14 Nov. 15-Apr.30 Nov. 15-Jan. 14 or Feb. 1 -Mar. 30 Archer Andrews Crockett Baylor Armstrong Dickens Brown Borden Kent Callahan Brewster Motley Childress Briscoe Val Verde Coke Carson C Coleman Castro Start Date-End Date Concho Crane Nov. 1 -Apr. 14 or Nov. 15 Apr.30 Cottle Crosby Dallam Din3mit Dawson Hockley Eastland Deaf Smith Lamb Edwards Ector Parmer Fisher Floyd Ward Foard Gaines Hardeman Garza Start Date-End Date Haskell Glasscock Nov. 1 -Apr.30 or Nov. 15-May. 14 Irion Hale Bailey Jones Hansford Cochran Kerr Hartley Jeff Davis KSmble Howard Loving King Hutchinson Presidio Kinney Lubbock Reeves Knox Lynn Winkler Mason Martin Yoakum Maverick Midland F McCulloch Mitchell Start Date-End Date Menard Moore Nov. 1 -May. 14 Nolan Oldham Culberson Real - Pecos Hudspeth Runnels Potter Schleicher Randall Start Date -End Date Shackelford Reagan Jan. 1 -Jul. 14 or May. 15-Jul. 31 or Stephens Scurry Jun. 1 -Aug. 14 or Jun. 15-Sept. 14 or Stonewall Sherman Jul. 1 Oct. 14 or Jul. 15-Oct.31 or Sutton Sterling Aug. 1 -Apr.30 or Aug. 15- May. 14 or Taylor Swisher Sept. 1 -May. 30 or Oct. 1 -Jun. 14 or Throckmorton Terrel l Nov. 1 -Jun.30 or Nov. 15-Jul. 14 Tom Green Terry El Paso Uvalde Upton Wichita Start Date - End Date Wilbarger Start Date- End Date Jan. 1 -Mar.30 or Dec. 1 -Feb. 28 Young Feb. 1 - Mar.30 Collingsworth Wheeler Zavala Hall Donley Gray Hemphill Lipscomb Ochiltree Roberts Page 31 ' �I Attachment I TPDES General Permit TXR150000 s w CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Storm.Water Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.D.I. of the TCEQ General Pen-nil Number TXR 150040 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: www.tnrcc.state.tx.us/,Perm'lttinp-/waterverrn/wwDerm/todestorm Contact Name and Phone Number: Project Description: Physical address or description of the site's ocation, estimated start date and projected end ate, or date that disturbed soils will be stabilized) For Construction Sites Authorized Llndier Part II.D.1. the following certification must be completed: 1 (Typed or Prirtted Name Person completing This certification)certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization by waiver under Part II.D-l. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. Construction activities at this site shall occur within a time period fisted in Appendix A of the TPDES general permit for this county, that period beginning on and ending on . I understand that if construction activities continue past this period, all storm water runoff must be authorized under a separate provision of this general permit. A copy of this signcd notice is supplied to the operator of the MS4 if discharges enter an MS4 system. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine'and imprisonment for knowing violations. 14 Signature and Title Date OR Page 32 Attachment 2 TPDES General Permit"CXR 150000 i A � � 7 CONSTRUCTION SITE NOTICE FOR THE re Texas Commission on Environmental Quality (TCEQ) Storm Water Program TPDES GENERAL PERMIT TXR150000 or The following information is posted in compliance with Part II.D.2. of the TCEQ General Permit Number TXR150000 for discharges of storm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: rr www.tnree.state.tx.usl ermittin Iwate ernVww ermlt destonn Contact Name and Phone Number: Project Description: (physical address or description of the site's ocation,estimated start date and projected end ate, or date that disturbed soils will be stabilized) Location of Storm Water Pollution Prevention Plan For Construction Sites Authorized Under Part II.D.2. (Obtaining Authorization to Discharge) the following F" certification must be completed: (Typed or Printed Namc Person Completing This Certificaiion)cert]fy under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.D.2.of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A storm water pollution prevention plan has been developed and implemented according to permit requirements. A copy of this signed notice is supplied to the operator-of the MS4 if discharges enter an MS4 system. I ani aware there are significant penalties forproviding false information or forconducting unauthorized discharges,including the possibility of fine and imprisonment for knowing violations. f Signature and Title Date Page 33 o a a P-- ag m r1l O d1 p n W LL O (}] Q Q an ca m m d LLJ tl Y w 11) Atan utn m tm Ncan UJ -Z R e rr L 000 a: ¢ �d LL E `' U �. 'CIL ©~ QwN } ID � � . E 'QwCL a � �' d Q fl r z E E En d z r O v M 7+M G. m LLk L Q-Nx x ~ W LLO +r d N'— acs sO z ca [rz LO J, = d Lu a G _O —221 m F as a4 C1'_ C] L3 Q W El z d M W t �? r ATTACHMENT 15 INSPECTION REPORT 'SHEET r r SWPPP INSPECTION REPORT Lake Worth South Shore Law Pressure Sewer System Fart Worth, Texas Inspector: Date: Inspector's Qualifications: Site Conditions: BIWEEKLY RAIN EVENT OTHER Measures&Controls In Conformance with Effective Polluant Design Standards Control Practice Construction Entrance YESINO YESINO Silt Fence YESINO YESINO Soil Stabilization YESINO YESINO ( St•aw Bales YES/NO YES/NO Solid Waste Disposal YESINO YESINO Hazardous Materials Storage YES/NO YES/NO Hazardous Waste YESINO YESINO Sanitary/Septic YES/NO YESINO YESINO YESINO YESJNO YESINO VIOLATIONS NOTED: (Explain each "NO" circled above) RECOMMENDED REMEDIAL. ACTIONS: COMMENTS: Based on the results of the inspection, necessary control modifications shall be implemented within seven (7) calendar days. These reports shall be kept on file as part of the Storm Water Pollution Prevention Plan for at least three years from the date that the site is finally stabilized. A copy of the SWPPP shall be kept at the site at all times during construction. Certification Statement: Al certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information,the information submitted is, to the'best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. Signature: Telephone: Printed Name: PM on r ATTACHMENT 16 pw RECORD OF REVISIONS STORM WATER POLLUTION PREVENTION PLAN - RECORD OF REVISIONS PROJECT: P171-070171131150 Lake Worth South Shore Low Pressure Sewer System Fort Worth, Texas Date Sections Description of Modification Approval Signatures Modified a 1 ATTACHMENT 17 r NON-STORM WATER DISCHARGE INSPECTION REPORT 1 r r r r SWPPP NUN-STORM WATER INSPECTION REPORT Lake Worth South Shore Low Pressure Sewer System Fort Worth, Texas BIWEEKLY RAIN EVENT OTHER Non-Storm Water Discharge Types LOCATED ON PROJECT SITE Discharges from fire fighting activities YES 1 NO Vehicle wash water if no detergents are used YES/ NO Dust control runoff in accordance with General Construction YES 1 NO Permit conditions !" Potable water sources including water line flushings YES I NO ■ Uncontaminated groundwater resulting from dewatering activities YES f NO Pavement washwaters where spills or leak of toxic or hazardous YES 1 NO materials have not occurred and where detergents were not used Air conditioning condensate YES I NO Spring water YES f NO Uncontaminated groundwater YES 1 NO The construction area associated with the grading and typical utility trenching have been inspected and evaluated for non-storm water discharges as indicated above. Signed: Name: ©ate: APPENDIX B PROJECT SIGN r+ r ;11 rIJ r� 7 c� • °p4w co - .) C ryW.. co pw M U CL 0 9 in V- U) ' ra, - r b7r ! L "o . "Z '.9TtRF .`TS F.fi't{T RROv!1F6 r r r r r r r r r APPENDIX C SOIL BORING LOGS r r r r r r r r r LOG OF BORING BORING B-1 i Project: South Share Sewer System; Fort Worth, Texas Project No.: FE02.142 Date: 10-4-02 Elea: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caging when checked: NIA was: NIA ELEVATIQNt SOIL SYMBOLS Mc LL PL -200 D D. P.PEN UNCON, DEPTH SAMPLER SYMBOLS DESCRIPTION PI (feet) &FIELD TEST DATA % Ac} tsf tsf I ° Hard dark brown SANDY CLAY (CL) - - -- - - - - - 4.5+ -- Hard tarn SANDY CLAY wllimestone _ - - - - - LL- --- 4_5+ -- - layers 4.5+ °' - 4 26 16 10 4.5+ i " 1CL) 4,5+ 10016.25 10 15 24 CN - 25 i 3A 35 Notes: Completion Depth: 5.0' No Seepage Encountered FIGURE NO.: 2 TERRA-MAR, INC. f� LOG OF BORING BORfNG B-C Project: South Shore Sewer System Project No.: FE02-142 Date: 10-4-02 Flev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVAT;ONf SOIL SYMBOLS MC LL PLPI -204 D.D. P.PEN UNCON. DEPTH SAMPLER SYMBOLS DESCRIPTION % I % I % °k pcf tsf tsf freed &FIELD TEST DATA ° Hard brown and tan SILTY CLAY s- i7- 15_ a2_ (CL) -. _ _ _ _ S - - - - � Hard tan LIMESTONE 5 14012.5" — — — — — — — — — — — — — - -- - -- - - - -- - - -- r� xa xs 20 zs -30 -35 l Notes: Completion Depth- 5.0' No Seepage Encountered FIGURE NO.: 7 TERRA-MAR, INC. me LOG OF BORING BORING B-7 ow Project: South Shore Sewer System; Fort Worth, Texas Project No.: FE02-742 Date: 10-4-02 Elev.: Location: See Figure 1 rV Depth to water at completion of baring: DRY Depth to water when checked: N/A was: NIA Depth to caving when checked: NIA was: N/A 40 ELEVATIONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS [3ESCRfPTIL1N MC LL PL PI -200 D.D. P-PEN UNCON. �leetl &FIELD TEST DATA ° °� pct isr [s1 ° Hard reddish brown and brown - -- - - -- - - - - _ 4.5+ - SILTY CLAY wlgravel and sand -9 38 17 21 4.5+ - - - - - - (CL) _� -- - - -- - - --- - - - - -- - rr+ Hard tan LIMESTONE wfclay layers s 100)4.75 - - - - - - - -- -- - - -- - -- - - - - r F p„ 1° r 1s r � 2° r 25 r 3° r 35 I I I Notes: Completion Depth: 5.0' No Seepage Encountered FIGURE IVO.: 8 TERRA-MAR, INC. LOG OF BORING BORING B-8 P~ Project: South Shore Sewer System; Fort Worth, Texas Project No.; FF-02-142 Date: 10-4-02 Elev.: Location; See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to cawing when checked: NIA was: NIA ELEVATIONI SOIL SYMBOLS sf% DEPTH SAMPLER SYMBOLS DESCRIPTION i MC, PL PI •2[)B ❑.C]. P.sf sl UNCON. (feet) &FIELD TEST DATA °� % pe) tsl 0 Hard brown SILTY CLAY wl J - - - - - - - a.s+ -- - limestone fragments (CL) 8 46 16 30 4.5+ Hard tan LIMESTONE wlclay layers S 1nnls28 •, — — — — — - - - - - - - -- -- -- - -- 10 r i5 r+ 20 L 25 ..r aw 30 35 Notes: Completion Depth: 5.0' No Seepage Encountered 'FIGURE NO.: 9 TERRA-MAR, INC. WN LOG OF BORING BORING B-9 Project: South Shore Sewer System; Fort Worth, Texas Project No.: FE02-142 Date: 10-4-02 Llev.: Location: See Figure 1 Depth to water at completion of baring: DRY Depth to water when checked: NIA was: N/A Depth to caving when checked: NIA was: NIA ELEVATIONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % °PL PI st 200 O.D. P-FEN UNCON. (feat) &FIELD TEST DATA ° � pc} tsi si ° Hard brown and tan SILTY CLAY wI 4-5+ calcareous deposits 5 31 19 12 4.5+ 10010,25 " Very hard tan LIMESTONE YJ I 5 1A010.25 " Very hard gray LIMESTONE II! >vIM 100/0.25 " r 15 10010.5" f 20 10010.25 " 25 10010.25 ° — - - - - - - - - - - - - 30 35 I Notes: Completion Depth. 25.0' No Seepage Encountered FIGURE NO.: 10 TERRA-MAR, INC. LOG OF BORING BORING B-10 Project: South Shore Sewer System; Fort Worth, Texas Project No.: FE02-142 Date: 10-4-02 Elev.: Location: See Figure 1 .. Depth to water at completion of boring; DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: N/A ELEVATIONISOIL SYMBOLS SAMPLER SYMBOLS MC % PL Pi � 200. D-D. P,PEN UN CON. DEPTH DESCRIPTION % I °,6 °,6 PCf ts1 tel (feet) & FIELD TEST DATA .a ° Hard karown—SILTY CLAY_(C I—) - f Is 48 18 30 - - - -- a.s+ - - - ` Hard tan LIMESTONE FM -wfclay layer @ T-4' 5 10013.0" Very hard gray LIMESTONE 10 10011.5- 1 15 10011-25 " r 20 10011 0.- 25 30 r 35 I r Notes: Completion Depth: 25.0' No Seepage Encountered FIGURE NO.: 11 TERRA-MAR, INC. LOG OF BORING BORING 6-11 Project: South Shore Sewer System; Fort Worth, Texas Project No.: FE02-142 Date: 10-4-02 Flev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATION! SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % % PI •20❑ : D.❑. P.PEN UNtsf (feet) & FIELD TEST DATA % °� 9h 96 pcT 4sf 4sf ° Hard brown CLAY wlsand and 12 50 20 30 - - - 4.5- - - -- Lgravel (CH) _ _ - - - - - -- - - - - - Hard tan LIMESTONE r - 5 1=2.25 " _ T - — — — — — -- - - - - - -- - -- - - I. I 20 25 30 35 I Notes: Completion Depth: 5.0' No Seepage Encountered FIGURE NO.: 12 TERRA-MAR, INC. LOG OF BORING BORING B-1 Z P Project: South Shore Sewer System; Fort Worth, Texas Project No.: FE02-142 Date: 10.4-02 Elev.: Location: See Figure 1 Depth to water at completion of boring: DRY Depth to water when checked: NIA was: NIA Depth to caving when checked: NIA was: NIA ELEVATIONI SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DLSCMPTIQN MC LL PL P, •200 D.D. P.PEN UNCON. {feet} & FIELD TEST DATA % 9r+ `16 °J pct tsr tst - Hard dark grown and brown CLAY -- - - - - - - - - - - 4,5+ - -- wlcalcareous nodules and sand 4.5+ 15 51 16 35 4.5+ (CH) 13 119.5 4_5+ 23.1 f_ Hard tan and gray SANDY CLAY wl 9 sa_ fs 22_ - -_= 4,5+ 5 ---- �Lcalcareous nodules (CL)_ -- 10 f 15 M (' -20 1 r 25 r 30 35 PM Notes: Completion Depth: 5.0' No Seepage Encountered FIGURE NO.: 13 TERRA-MAR, INC.