Loading...
HomeMy WebLinkAboutContract 44594 (2)� �ll� S�CR�"f'A�?' _�. C���T �lt�� �' � G �'f��T����'� �� PR�JECri' IV�A?rUAL �oR 'I'�� COl°1STR�ICTYON ��' �° , CULTUTIZ,� �., L�I��'�I�'�'/V6iIL�[� IZU�ERS i�'AT�,�2 �Nll S�.T�I'�AItY �liY �FC�:(��'��'ER IMP�()�EIVIEN'I'S, PA�'I' 3—�IA��.��'�' A�%]E, liil�I�T'I'iG�l0�EI2y ST, Ala7� �2IP 30I-�1`��S�I�` DR. D.c�.�. Fi�.l� ��������G��1�`� '�CJ�IDING C���'�ter Project No. �ZGS-(i(D?17t�1�688II ,, ,,.,, Seo�ve�r Prvject No. P275-707170146888 �Q�,c�-� C;4�;�,,, j���;ai`.J'�a l.,,C��'� City PrQ,ject No. 01468 +f`�.t��� ����'f�el�������N� Bets� Price Tom Hig�ins yi�yor City Manager S. Frank Crumb, P.E. Director, V�Ia?er Department Douglas W. Wiersig, Y.E. Dir.ector, Tran�portation a..nd Public Worlcs Department 1Pre�aret� fc�r The Citv caf �'oa��'4��a-th 2013 Kimley-Horn and Associates, Inc. Texas Registered'cngineering Firm F-928 KIiA No. Ob1018069 �J�_� � ���-d: �eo�r�ee��`•`'� r� o : ✓ • °a e \ �` . �( • „ ♦aaaas�y�•e•.� ..:.o..e. l� ��,e�a SCQ ..e.�oa-....,o ,..».> �1+�'1� ►. � I 'Q i � t� a� * :� e '� o f� / w �Y �� , � / ����I�/��) {a���� �, � ���� M&C Review CITY COUNCIL AGENDA Page 1 of 2 Official s�te of the City of Fort Wortli, Texas FORT �'�'QRTII -_`,�'_ � -----_ __ __ - --- - -- -- --__ -, COUNCIL ACTION: Approved on 6/4/2013 �---- — - - -- -- — — - -- --� DATE: 6/4/2013 REFERENCE NO.: C-26300 LOG NAME: 60HARLEYP3- SJLOUIS CODE: C TYPE: CONSENT HEARING: NO SUBJECT: Authorize Execution of Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $2,964,047.90 for Cultural District/Will Rogers Water and Sanitary Sewer Improvements, Part 3- Harley Avenue, Montgomery Street and Rip Johnson Drive, Provide for Project Costs and Contingencies for a Project Total in the Amount of $3,152,047.90 (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Councii authorize the execution of a contract in the amount of $2,964,047.90 with S.J. Louis Construction of Texas, Ltd., for Cultural District/Will Rogers Water and Sanitary Sewer Improvements, Part 3- Harley Avenue, Montgomery Street and Rip Johnson Drive. DISCUSSION: On February 9, 2010, (M&C C-24094) the City Council authorized the City Manager to execute an engineering Agreement with Kimley-Horn and Associates, Inc., for the Cultural District/Will Rogers Area Water and Sanitary Sewer Improvements. The proposed project includes water and sanitary sewer improvements ahead of proposed facility construction at Will Rogers. As a part of this project, the existing water main will be upsized on Rip Johnson Drive (Lancaster Avenue to Burnett-Tandy Drive) ahead of renovations to the Richardson Bass Exhibits Area. This project also includes water main replacements along Montgomery Street and Harley Street and transfer of water services from the existing 20-inch transmission main to a proposed 12-inch water main. Additionally, existing water mains will be upsized in order to accommodate the increased water demands at Will Rogers. This project was advertised for bid on April 4, 2013 and April 11, 2013 in the Fort Worth Star- Teleqram. On April 25, 2013, the following bids were received: S.J. Louis Construction of Texas, Ltd. II $2,964,047.9011 365 Calendar William J. Schultz, Inc. d/b/a Circle "C" Construction Ark Contractina Services. LLC $3,093,370.00 417,990.00 In addition to the contract amount $98,000.00 (Water: $65,000.00, Sewer: $33,000.00) is required for project management, construction staking, construction survey, material testing, and inspection, and $90,000.00 (Water: $55,000.00, Sewer: $35,000.00) is provided for project contingencies. M/WBE Office - S.J. Louis Construction of Texas, Ltd., is in compliance with the City's BDE Ordinance by committing to 14 percent MBE participation on this project. The City's goal on this project is 14 percent. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: http://apps.cfwnet.org/council�acicet/mc_review.asp?ID=18483&councildate=6/4/2013 6/7/2013 M&C Review Page 2 of 2 The Financial Management Services Director certifies that funds are available in current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/AccountlCenters FROM Fund/AccountlCenters P275 541200 707170146888 $1,145,956.45 P265 541200 607170146888 $1,818,091.45 Submitted for Citv Manager's Office bv: Oriqinating Department Head: Additional Information Contact: ATTACHMENTS 60HARLEYP3-SJLOUIS MAP.pdf Fernando Costa (6122) S. Frank Crumb (8207) John R. Kasavich (8480) http://apps.cfwnet.org/council�acket/mc_review.asp?ID=18483&councildate=6/4/2013 6/7/2013 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 000000-t TABLE OF CONTENTS Page 1 of 4 S�CTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 I�lvitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affdavit 00 41 00 Bid Form 00 42 43 Proposal Form LJnit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nom•esident Bidder q0 45 11 Bidders Prequalifications 00 45 12 Pt�equalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 4p Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintanance Bond 00 61 25 Cei�tificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementaly Conditions Division O1 - General Requi►•ements O1 11 00 Summary of Worlc Ol 25 00 Substitution Procedures O 1 31 19 Preconstruction Meeting Ol 31 20 Project Meetings Ol 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video Q1 33 00 Submittals O1 35 13 Special Project Procedures Ol 35 43 Contaminated Material Handling, Loading, Transportation and Disposal O1 45 23 Testing and Inspection Services O1 50 00 Temporaiy Facilities and Controls Ol 55 26 Street Use Permit and Modifications to Traf�c Conh�ol O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporaiy Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Suivey O1 74 23 Cleaning O 1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data Ol 78 39 Project Record Documents CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOI-INSON Revised December 20, 2012 City Project No. 01468 000000-2 TABLE OF CONTENTS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 � 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Tecl�nical Speci�cations which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division O1— General Requirements Ol 3S 43 Contaminated Material Handling Loading, Transpoi�tation, and Disposal Division 33 - Utilities 33 OS 20 Auger Boring 33 OS 22 Steel Casing Pipe 33 OS 23 Hand Tunneliiig 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 OS 28 Pilot Tube Guided BoY•ing 33 OS 30 Location of Existing Utilities 33 OS 41 Shaft Excavation and Support 33 OS 42 Water Control for Shaft and Tunnel Construction 33 OS 43 � Portal Stabilization 33 11 11 Ductile Iron Fittiugs 33 31 13 Fiberg,lass Reinforced Pipe for Gravitv Sanitary Seweis Technical Specifications listed below ai•e included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Uproject��oint.buzzsaw.com/client/fortworth�ov/Resources/02%20- %20Consti•uction%20Docurnents/Specifications Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modi�catious to Existing Concrete Structui•es Division 31- �arthworlc 31 25 00 Erosion and Sediment Conh•ol Division 32 - Exterior Improvements 32 O1 17 Permanent Asphalt Paving Repaii• 32 O1 18 Tempoi•aiy Asphalt Paving Repair 32 Ol 29 Concrete Paving Repaii• 32 11 23 Flexible Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewallcs, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Guttei�s and Valley Gutters 32 17 23 Pavement Mai•kings CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Q 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 000000-3 TABLE OF CONT�NTS Page 3 of 4 32 91 19 Topsoil Placement and Finishing of Parlcways 32 92 13 Hydro-Mulching, Seeding, and Sodding Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewei• Systems 33 04 10 Joint Bonding and Elech•ical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Seivices 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowering 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 16 Concrete Water Vaults 33 OS 17 Concrete Collars 33 OS 26 Utility Markers/Locators 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitaiy Sewer Pipe 33 31 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitaiy Sewer Structures Division 34 - Transportation 34 41 10 Traffic Signals 34 71 13 Traffic Control Appeudix GC-4.02 Subsurface and Physical Conditions GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6,07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 01468 000000-4 TABLE OF CONTENTS Page 4 of 4 END OF S�CTION CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No, 01468 00OS ]0- 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Pagc 1 of 1 i S�CTION 00 OS 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Asser�ahler: For Co»tr�act Doc�zm�ent execiition, re»zove lhis page af�d r�eplace 1-vidh the appr•oved 7 NIc�C fo�� lhe a�rar•d of the project. M&C insert sl�all Ge o�a blz�e paper.J 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OP �ORT WORTH CULTURAL DISTRICT/W1LL ROGERS, STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July I, 201 I City Project No. 01468 II �-, f1lDDL�7DUM IVO. 1 CITY (�F �+OItT ��ORTIT VVAT]CR I)�PA12Ti1�I]CI°�T CULTURAT. T9I'�TtaICT /�ILL ROG�R� �L'VAT�R AI�D SANITARY �ElN�R IIV7PR0'VCM�I4i`I'�j, 1'�iRT 3- HAlti,�3l AVL,IVIONTGOMERRY ST, Ai'�ID RIP .J0��1�OI�l I)1�. Ciiy 1'ro,ject 1*Jo. 41�#6� DO�: No. G9��4 Adcteridum I`�a 1. Issue llate: Ap►�il 19, ?,013 13id I2eceipt Date: Ap�•il 25, 2013 This addendun� forms part of the contract documents rcferenceci above and modifies the original Contract Documents. Acknowled�e receipt of this addendutn by signing and attachin�; it to tl�e Contract Documents {insiiie). Note receipt of the Addendum in the Bid Proposal a�id oti the outer envelope of your bid. CLARIFICATIONS �P�CII+ICA'I'TON�' � Section 00 41 00 - Bid Form _ o Iteiu 4. Time of Com��le�tion, D�L�T� �.1 in its entir�t_y and RLPLEICE ��vith the followin�: "The Worlc wil! �e co3tiE31ete for liin�l Ac��eptauce wiihin 365 days aFtei• tlte date ��+l�e1i the � Coutr��ct Time con�niences to run as ��rovided in Part•aQrapl� 2.03 of Che General Condilions". � .�ll other pcovisions uf the eo�iir�et dc�ez2���e��ts, plaiis anc! speeifieaCions sl�all reixt�in iiui:l�<�u�,eci. Failur� to rettiril a sinued copy oi'tlie addendum 4vitli the Proposal sliall be �roul�ds for reiicierin� tlle bicl non-responsive. !1 si�;ned copy of this addendum shall be pl�lced into th� Proposal tl1' fI1C ti�lic of hid SU�ill 1�t1�. It�C�IPT ACKNO�VLL'UG E;D: `� ���� T3V:. - -- -- - '�_; � - ----�-- C'ompauy:__ =_`• Lo�ts �vNs�. �E �E.x�s l- i LJI Wate�� Depa►�Ymeiit S. Pr�nlc Cru��ib, P.I;. Directoi• I ; � .T � ' � U'}�:--1�+ � �, � - � �� D ,' Li i�C Touy Sholola, P.F. �— L;ugiiieeci�l� M�ulager (��l'atcr U�pt.) ���a��i:I�IH��Ii��� i�i��h. � II � ,4D1}LI�iT)LfNf IVt�. 2 C1'�'�` OF �012T VVORTH '��`ATE12 DS�PARTMEN'i' CU�'�'CTRAI, DTSTT�CT / WILL ROGERS t�VAT�R AND ��'`�1TARY S'.CV4'LR ZItZY120V1_;NI�I�IT�, PART 3- i�ATtT T�Y A'�It�,, MONTGOM3?RRY ST, AND RIP JOHI�I�OT� DR City Projeci No. 01dG8 DO� No. 695Q Addeiidum l�to. 2. Ysstic Datc: April 22, 2013 Bid Receipt Date: Al�ril 25, 20I3 This addendum forms part of the contract documents referenced above and modiC�es the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on khe ou#er envelope of your bid. SPECIFIC�TIONS � Section 00 UO 00 - Ta6te of Conte�its Technical Specifications whieh have been modified by the �ngineer specifically for this Project; haril copies are ineluded in the Project's Coiltract Documents o Page 2, Division 33 - iJtitit.ics, Add Section: "33 31 13 Pil�c�•g{ass Reinforcec� Pipe for Gravity Sanitary Se��vers". d_ Technical Speci�cations listed below are included for this Project by reference and can �e viewed/downloadecl fi-om tlle Ciiy's I3uzzsa�v site o Page 3, Line; 31, DET E'I'r; [ine in its entirety; as fol(ows: `<33 31 13 Piberg(�ss Reinforced P;pe for Gral�it; Sanit�ry Se���ers". m ADD Section 33 31 13 - l�iberglass ReinforcEd �'ipe for Uiavit}� Sanilaiy Sewers as atlached o CLARII'ICATIONS: ■ Section 33 31 l3 has been modi�ed to require Nitril� gaskets for aceas «itli petroleum contaminated soil. TIIis pei•taiits to the areas oC Proposed 24-i�ich Se�ver I�ir�e A in pefroleum contacni►�ated soil. �� All otl�er provisions of tlte contract documents, plans and specifications shall remain tmchanged. Pailuce Co return a signed co�y of the addendum with tlle Prop�sal shall be grounds for renderinU th�. bid uon-res��onsive. A signed cop,y of this addendum sl�all be placecl inlo the Proposal at che �inie oC (�id subrriiu�il. RLCLlI'`I' ACT�N0��1ri.EDG�I�: 13��: — = (.;o�u��any:= 3'. L�is LaJil. ��,-� � li=�,��; i�;:� WaCer Uepar[�nlent S, I�rank G-utiib, Y.1,. Director ' I .-� � I }3y: _� rJ/l. 1 ��� p�� �� _ `I'ony S(lolola, T.i��. l�ns,ineeri»`, It�Tan<igc:r (�/atrr l.)e�,t. ) ���Js���is;�b�iii�� I'v��i�.> 001113-I 1NViTA'I'ION TO BIDDERS Pagc 1 of 2 SECTION 00 11 13 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS, PART 3— HARLEY AVE, MONTGOMERY ST, AND RIP JOHNSON DR — City Project No. 01468 / Water Project No. P265- 607170146888 / Sewer Project No. P275-707170146888 will be received by the City of Fort Worth Purchasing Of�ce: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, April 25, 2013, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Section A— Water Line Improvements 1,150 LF of 24" Water line (Restrained Joints) by Open Cut 250 LF of 24" Water line by Open Cut 50 LF of 20" Water line (Restrained Joints) by Open Cut 90 LF of 16" Water line (Restrained Joints) by Open Cut 2,110 LF of 12" Water line by Open Cut 40 LF of 24" Casing By Other Than Open Cut 40 LF of 12" Water Cairier Pipe Section B— Sanitary Sewer Improvements 450 LF of 48" Casing by Other Than Open Cut 450 LF of 24" Sewer Carrier Pipe. 240 LF of 24" Sanitaiy Sewer line by Open Cut. PREQUALIrICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworth o��/purchasin�/ and clicicing on the Buzzsaw linlc to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, aud printed by interested contractors and/or suppliers. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July l, 2011 City Project No. 01468 0011 13-2 INVITATION TO BIDDGRS Pagc 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Copies of the Bidding and Conh�act Documents may be purchased fi-om Kimley-Hoi-�l aud Associates, Inc. which is as follows: Suite 950, 801 Cherry Street, Unit 11, Fort Worth, TX, 76102 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $60 PREBID CONFERENCE A prebid conference may be held as described iu Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: April 16, 2013 TIME: 10:30 A.M. PLACE: Fort Worth City Hall LOCATION: Water Conference Room, 2"`� Floor, Room # 225 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reseives the right to waive ii7•egularities and to accept or reject bids. INQUIRIES All inquiries relative to this procureinent should be addressed to the following: Attn: John Kasavich, P.E., City of Fort Worth Email: john.lcasavich cr,fortworthtexas.gov Phone: 817/392-8480 AND/OR Attn: Sean Mason, P.E., Kimley-Horn and Associates, Inc. Email: sean.mason@lcimley-horn.com Phone: 817/335-6511 ADVERTISEMENT DATES April 4, 2013 April 11, 2013 35 END OI' SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SP�CII�ICATION DOCUMENTS PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON Rcviscd July l, 2011 City Project No. 01468 002113-I (NSTRUCTIONS TO BIDDIiRS Pagc 1 of 9 SECTION 00 21 13 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meauings indicated below which are applicable to botb the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or coiporation acting directly through a duly authorized representative, submitting a bid for performing the worlc contemplated undei� the Contract Documents. 1.2.2. Nom•esident Bidder: Any person, firm, parhlership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) malces an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinteipretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Worlc and do not authorize or confer a license or grant for any other use. 3. Prequali�cation of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received fi•om contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequali�ed, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequali�cation should be addressed to the City contact as provided in Paragraph 6.1. CITY OF PORT WORTH CtJLTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Dcccmbcr 20, 2012 City Projcct No. 01468 002I 13-2 INSTRUCTIONS TO B[DDGRS Pagc 2 of 9 1 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about lcey personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully coinplete projects foi• the amount bid within 7 the stipulated time fraine. Based upon the City's assessinent of the submitted 8 iuformation, a recoinmendation regarding the award of a contract will be inade to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified iu writing of a reconuneudation to the City Council. 12 13 14 15 16 4. 17 3.4. In addition to prequalification, additional requiremeuts for qualification inay be required withii7 various sections of the Contract Documents. Examination of Bidding and Contract Documents, Other Related Data, and Site 18 4.1. Before submitting a Bid, each Bidder shall: 19 20 4.1.1. Examine and carefully study the Contract Documents and other related data 21 identified in the Bidding Documents (including "technical data" referred to in 22 Paragraph 4.2, below). No information given by City or any representative of thc 23 City other than that contained in the Contract Documents and offcially 24 promulgated addenda tvereto, shall be binding upon the City. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4.1.2. Visit the site to become familiar with and satisfy Bidder as to tl�e general, local and site conditions that may affect cost, progress, performance or furnishing of the Worlc. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Worlc. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Cont�•act Documeuts as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 41 4.1.5. Be advised that the Contract Documents on file with the Ciry shall constitute all of 42 the information which the City will furnish. All additional information and data 43 which the City will supply after promulgation of the formal Contract Documents 44 shall be issued iu the fonn of written addenda and shall becoine part of the Contract 45 Documents just as though such addenda were actually written into the original 46 Contract Documents. No inforination given by the City other than that contained in 47 the Contract Documents and officially promulgated addenda thereto, shall be 48 binding upon the City. 49 CITY OF ['ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Project No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0021 13-3 INSTRUCTIONS TO BIDDGRS Pagc 3 of 9 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessaiy to gain a complete lcnowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessai-y for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of sueh explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Worlc and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to inake a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessaiy far full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Conti•act Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Conh•act Documents and such other related documents. The Contractor shall not take advantage of any gross ei7or or omission in the Contract Documents, and the City shall be permitted to make such con•ections or inteipretations as may be deemed necessaiy for fulfillment of the intent of the Conh•act Documents. 4.2. Reference is made to Section 00 73 00 — Supplementaiy Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general infoimation only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsui-face structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data° contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementaiy Conditions. Bidder is responsible for any inteipretation or conclusion drawn fi-om any "technical data" or any other data, inteipretations, opinions or information. C1TY Or FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIP(CATION DOCUMENTS PAI2T 3— HAI2LEY/ MONTGOMERY/ RIP JOHNSON Revised Dccember 20, 2012 City Projcct No. O1468 0021 13-4 INSTRUCTIONS TO BIDDERS Pagc 4 of 9 1 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 2 tl�at Bidder has complied with every requirement of this Paragrapli 4, (ii) that without 3 exceptiou the Bid is premised upon performing aud fw-nishing the Woric required by the 4 Contract Documents and applying the specific means, methods, techniques, sequences or 5 procedures of construction (if any) that inay be shown or indicated or expressly required 6 by the Contract Documents, (iii) that Bidder has given City written notice of all 7 conflicts, errors, ainbiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder, and when said couflicts, 9 etc., have not been resolved through the interpretations by City as described in 10 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to iudicate 11 and convey understanding of all terms and conditions for perforining and fui�lishing the 12 Worlc. 13 14 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 17 Documents. 18 19 5. Availability of Lands for Work, Etc. 20 21 5.1. The lands upon which the Worl< is to be performed, rights-of-way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporaiy construction facilities, construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent stiuctures or permanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 5.2. Outstandiug right-of-way, easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessaty right- 32 of-way, easements, and/or perinits are not obtained, the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction worlc on the 34 project. 35 36 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 37 way, easements, and/or permits, and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 6. Interpretations and Addenda 42 CITY OF �ORT WORTH CULTURAL UISTRICT/WILL ROGrRS, STANDARD CONSTRUCTION SPECIE�ICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 0021 13-5 INST2UCTIONS TO BIDDF,RS Pagc 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 6.1. All questions about the �neaning or intent of the Bidding Documents are to be directed to City in writing ou or before 2 p.m., tl�e Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessaiy by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions auswered by formal written Addenda will be binding. Oral and other inte�pretations or clarifications will be without legal effect. Address questions to: Ciry of Fort Wartl� 1000 Throckmorton Street Fort Worth, TX 76102 Attn: John Kasavich, P.E., Water Department Fax: 817/392-8195 Email: john.kasavich@fortworthtexas.gov Phone: 817/392-8480 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at: https://proi ectpoint.buzzsaw.com/cli ent/fortworthgov/Infi•astructure%20Pro j ects/01468 %20-%20Cultural%20District%20- %20Wi11%20Rogers%20Area%20Water%20and%20Sanitaiy%20S ewer%20Improveme nts/General%20Contract%20Documents%20and%20 Specifications/ 10%20- %20Addenda 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Biddeis are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an ainount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by Ciry until final contract execution. � CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON Rcvised December 20, 2012 City Praject No. 01468 00 21 l3 - ( INSTRUCT[ONS TO B[DDERS Page C of 9 1 8. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Foi711. 7 9. Liquidated Dainages 8 Provisions for liquidated damages are set forth iu the Agreement. 9 10 10. Substitute and "Or-Equal" Items 11 The Contract, if awarded, will be on the basis of materials and equipment described in the 12 Bidding Documeuts without consideration of possible substitute or "or-equal" items. 13 Wheuever it is indicated or specified in the Bidding Documents that a"substihzte" or "or- 14 equal" item of n�aterial or equipment may be fiunished or used by Contractor if acceptable to 15 City, application for such acceptauce will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB, and 6.OSC, of the General 18 Conditions and is supplemented in Section O1 25 00 of the General Requirements. 19 20 11. Subcontractors, Suppliers and Others 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 11, l. In accordance with the City's Business Diveisity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enteiprises in City contracts. A copy of the Ordinance can be obtained fi•om the Office of the City Secreta�y. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Forin and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organizatiou against whom Contractor has reasonable objection. 37 12. Bid Form 38 39 40 41 42 43 44 45 46 47 48 49 50 51 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained fi•om the City. 12.2. Ali blanl<s on the Bid Form must be completed by printing in inlc and the Bid Form signed in inlc. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and i7uinerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price iu written words and the price in written uumerals, the price in writteu words shall govern. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd Dcccmbcr 20, 2012 City Project No. 01468 0021 13-7 INSTRUCTtONS TO BIDDERS Pagc 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.3. Bids by corporations shall be executed in the corporate name by the presideut or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affxed. The corporate address aud state of incoiporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, wl�ose title must appear under the signature accompanied by evidence of authoriry to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the frm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and of�cial address. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid shall contain an aclalowledgeinent of receipt of all Addenda, the numbers of which shall be flled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addr•essed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delive�y system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and fled with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. C1TY OF rORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIr[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. O1468 0021 13-8 INSTRUCT[ONS TO BIDDERS Pagc 8 of 9 I 14.2. Bidders inay modify their Bid by electronic coinmunication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 absh•act of the amouuts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the tiine period speci�ed for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 17.1. City reseives the right to reject any or all Bids, including witvout limitation the rights to reject any or all nonconforming, nom•esponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Proj�ct to inake an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Worl< with the Successful Bidder. Discrepancies between the multiplication of units of Worlc and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or ail bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation agaiust City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder• is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior coutract in an unsatisfactoiy manner, or Bidder has uncompleted worlc which in the judgment of the City will prevent or hinder the prompt completion of additional worlc if awarded. 17.2. City inay consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Worlc as to which the identity of Subcontractors, Supplieis, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of inaterials and equipment proposed for incorporation iu the Worl< when such data is required to be submitted prior to the Notice of Award. 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of airy Bid and to establish the responsibility, quali�cations, aud fnancial 48 ability of Bidders, proposed Subcontractors, Suppliers and other peisons and 49 organizations to perform and fuinish the Worlc iu accordance with the Contract 50 Docuinents to City's satisfaction within the prescribed time. 51 CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmber 20, 2012 City Project No. 01468 002113-9 INSTRUCTIONS TO B[DDERS Pagc 9 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 17.4. Contractor sl�all perform witl� his own organization, work of a value not less than 35% of the value embraced oi1 the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be ii1 the best interests of the City. 17.6. Pursuaut to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas 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 wl�ich the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opelling unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counteiparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDAIZD CONSTRUCTION SPGCIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMGIZY/ RIP JOHNSON Rcvised December 20, 2012 City Projcct No. 01468 / I� r � r � 1 I�� L . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 003513-] CONPLICT OF INTERES7' APFIDAVIT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also refe�red to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced farms may be downloaded from the website links provided below. http:ii�v�vi��.ethics state � us/forms/CIU pdf http://�v��l��,�.ethics st•�te tx us/forms/CIS pclf [� CIQ Form is on file with City Secretary � CIQ Form is being provided to the City Secretaiy 0 CIS Fonn is on File with City Secretary [� CIS Foim is being provided to the City Secretaiy BIDDER: `_�. �. Lc>.�i^� L�NS�. o}= '('ExAs L���� Company {�t� ��-��x F�3:3� Address �'a������;�=�;��_r� �1�� �ll�r.��..� City/State/Zip By: -��V�I�.� �<`r�rl��,ri, (Please Print) ,, � Signature: �._. �- Title: 1�. P. i f����i� rt. 1 x_�c%�s {�iI�FA �'IA�JA (,c,g (Please Print) END OF SECTION CITY OP FORT WORTH CULTi.IIZAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS PAR1' 3— HAltL�Y/ MONTGUMERY/ RIY 30HNSON P�cvised i�i��cii 27, �v"'sc \:iey ��uject i3o. GIu6b �_ � 00 41 00 BID FORM Page 1 of 3 ' SECTION 00 41 00 BID FORM TO: The City Manager clo: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS, PART 3- HARLEY AVE, MONTGOMERY ST, AND RIP JOHNSON DR City Project No.: 1468 Units/Sections: All 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directiy or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public o�cial in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowiedge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property tc influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH CULTURAL DBTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICAT�ON DOCUMENTS PART 3- NARLEY/MONTGOMERY Form Revised 20120327 City Project No. 01468 / fl �a 4, �� BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on Apl'll 25, 2013 by the entity named below. Respectfully submitted, � \ L �_ By. �1, �.. _ � (Signature) Stephen Kohler (Printed Name) Tit�e: VP/ Area Manager �, company: S.J. Louis Construction of Texas Ltd. Address: �S� Ave. � iwansrieip, �(7 j�,3 State of Incorporation: T2XaS Emaii: StephenK ansjlouis com Phone: (8171477-0320 END OF SECTION � L! i � I CITY OF FORT WORTH STANDAPD CONSTP,UCTIOM SPECInC^T!C": DCC:1,".���. �., Form Revised 20120327 Corporate Seal: CULTURAL DISTRICTNNLL ROGERS, FART .i - ii�iRLc^i iieiv iJTi>Glvi c R'r" City Projec� No.01468 00 42 43 �ID PROPOSAL Pege I of ] S�CTION 00 42 43 PROPOSALFORA4 UNIT PRICE BID Project Item Lifonnation Bidlist tem No. Description Bidder's Application IIidders Proposal Specification Unitof BidQuantity UnitPrice BidValue Section No. Measure 1 3305.1104 24' Casing By Other Than Open Cut 33 05 22 LF 40 $971.00 _ $38,840AC -- '2A 3311 0652 24 DIP Waler, CSS Backfill �-' - - ____. 331110 LF 245 $243.00 $59,535AC _ __ _ -_ *28 3311 0682 24 Concrete AWWA C303 Water Pipe, CSS Backfill 33 11 13 �F 315 No Bid No BIC -- - - _ _ - - - - --- - '3A 3311 0654 24 DIP Water Restrained Joints 33 11 10 LF 370 $217.00 $80,290.00 _ -- __.__ � __ __..__ _ _ •3B 3311 0684 24 Concrete AWWA C303 Water Pipe (Restrained Joints) 3311 13 LF 370 No Bid No Bic - -- - - '4A 3311 0655 24 DIP Water CSS Bac�ll (Reslrained Joiots) 33 11 10 LF 805 _ _ _- __ _ __ _ - $275.00 $221,375.00 *48 3311 0685 24 Concrefe AWWA C303 Water Pipe CSS Backfill (Restrained Joints) _ 3311 13 LF 735 No Bid No Bic _ __ _ -- --- - `Contractor lo provide Umt Pnce! 8id Value for onfy one of Ihe pipe malenal allematives for items 2, 3, and 4. DO NOT PROVIDE UNIT PRICE/ BID VALUE FOR EACH AITERNATNE. � �� � -_ -_. ____ . _.__ ..__.._ __._ _. ..... ,� __... . _..,. . _.__._ , __._._ ..._._ _._._ _-, - 5 9999.0000 20 DIP Water CSS Backfill (Restramed Joints) 33 11 10 LF 50 $354.00 _ $17,700AC __- --. -- _ __ __ _--- --. 6 3311 0555 16 DIP Water CSS Backfill (Reslralned Joints) 33 11 10 LF 90 $252.00 $22 680AC __ ____ __ ---- - 7 3305 2004 12 Water Carner PI e '-"' -- �� -� - ___ _- .___ . --- __-P ---- ---- - --- -- 330524 LF 40 _ $219.00.. $8,760AC 8 3311 0451 12" DIP Water - --' -- -_-- . --_ .�.___ .__. _._..___.__ ____--- 3311 10 LF 5 _ _ $170_00 _ $850.00 __- -_ _ _ _.. _ __ __ __ 9 3311 0452 12' DIP Water, CSS Backfili - --- - --- 331110 LF 345 $199.00 _ $68,655,OC __ _ _ - .. _ _ _. - - - - --_ -- -- -- 0 3311 046� 12 PVC Waler Pipe 3311 12 LF 415 $164.00 _ $6B4O60.00 __ _ _ ^. - -- __.__ -- _ - -- 11 3311.0462 12 PVC Water Pi e, CSS Backfill - - ----- P-- -_--._ 3311 12 LF �425 $193.00 _ $275,025.00 _- -- -- --- -_ -- -- -- 0261 8 PVC WaterPfpe 3311 12 LF 255 $97.00 $24,735AG _._ _._ ._ ___ __.... ____ __ __ ___ ____ _,__ 13 3311.016� 6 PVC WalerPipe -- - _ __ _ --_ _ _-_ . 3311 12 LF 250 _ $93 00 . _ $23,250AC -_. _ _ --- - - -_ _ - 311 0061 4" PVC Waler Pipe 3311 12 LF 100 $90.00 _ $9,000.00 -- ____ _� ___ __ _ _ . -- -- �`__ ` _-- � -__ _- � _15 0241 1118 4 12 Pressure Plu 02 41 14 EA 1 $300 00 _ $300 00 _ _ _ _ 9 _ _ _ . -- -- - - -- 16 0241 1218 4 12' Water Abandonment Piug 02 41 14 EA 9 _._ __--- - __ ..__ $300 00 ,.. $2,700.00 _.. -- - _ -- �.__ _._. 17 9999 0000 Remove 3"-12" Water Valve 02 41 14 EA 12 $400.00 $4,800.00 - - - -- _ -_ - -_ - _ 18 0241 1510 Salvage Fire Hydrant 02 41 14 EA 4 $400A0 ., $1,600.00 - - __._ _ _ _.. � __ _-- _ __ 19 3201 0117 10 Wide As hall Pvmt Re air, Residenliai 32 01 17 LP 170 $62,00 $10,540.00 _ " __.' P -- P . -- -- __ _ -- -- 20 3201 0127 10' Wide As�halt Pvmt Repair, Artenal 32 Ot 17 LF 845 $77.00 $65,065.00 _ __ _ _ ---- _ _ i 21 3201.0202 As halt Pvmt Re air Be ond Defined Widlh, Arterial 33 01 17 SY 235 $69.00 $16,215.00 __ P __ P - Y - . - - __ _ _. _ _ 22 3201.0654 Conc Pvmt Repair, HES Residential 32 01 29 SY 45 $80A0 $3,600.00 _. _ _ _ __ _ _ _ _ __. - - . 3201.0656 Conc Pvmt Repair, HES Arterial/Industrial 32 01 29 SY 1560 $86.00 $134,160.00 _ _ . -- -- _.. 24 9999.0000 HES Conc Pvmt Repalr w/ Asphall Overlay, ArteriaVlnduslrial 32 �� Z9 SY 3295 - - . _ _ _ _ _, _ _ 32 01.17 $104.00 _ $342,680.00 25 3213.0301 4 Conc Sidewalk - ___..._ __.._._. . _._ .. __. 321320 SF 1225 $3.00_ $3,675.00 26 3216.0101 6" Conc Curb and Gutter - - - 321613 LF 750 $15.00 $11,250.00 27 3217.0002 4" SLD Pvml Marking HAS (Y) 32 17 23 LF 130 $1.00 _ $130.00 _ --- 28 3217.0003 4 BRK Pvmt Marking HAS (1M - --- 32 17 23 LF 70 $0.50 $35.00 29 3217.0401 18' SLD Pvmt Marking HAE (W) . 3217 23 LF 80 $9.00 . $720.00 _ _. -- - - --- � 30 3217.2001 Raised MarkerTY W ` - -- - - . _ _ 32 17 23 EA 100 $3.00 $300.00 __ __ _ 31 3217.2002 Raised Marker N Y 32 17 23 EA 425 $3,00 _ $1,275.00 _ .___ _ __ _ -- 32 3217,2103 REFL Raised Marker TY II-A-A 3217 23 EA 125 $4.00 $500.00 33 32172104 REFL Raised Maricer TY II-C-R 32 17 23 EA 25 $4.00 $100.00 __ _ __ _. _._ . _ _ _ _ _ 34 3292.0400 Seedmg, Hydromuich 32 92 13 SY 75 $1.00 $75.00 -- - - _ _ _ _ __ _ 35 3304 0002 Cathodic Protection 33 04 12 LS 1 $10,000,00 _ $10,000.00 ___ _ ___ 36 3304 0101 Tem ora Water Services -"-" --- P --ry ---- . _ _ . 33 04 30 LS 1 $1.00 $1.00 37 3305.0003 8 Wateriine Lowering �� � ,. 33 05 12 EA 1 .$3 500.00 _ $3,500.00 -- --- .. -- � -- � ---. ._. ._. ._ . . __. . .._ _... 38 3305 0103 Exp�oratory Excavalion of Exisling Utildies 33 05 30 EA 1 $800.00 $800.00 _ - --- _ 39 3305.0109 Trench Safety - - - _- _-_ ___ --- _ __ 33 05 10 LF 4345 $0.01 . $43,46 40 3305 Ot 10 Utility Markers 33 05 26 LS 1 $500.00 $500.00 ___ _ _ _ - _ _ _ _ 41 3311 0001 Duchle Iron Water Fittings w/ Restraint (6 inch through 16 inch) 3311 11 TON 10 $1,00 $10.00 _ - --- -- 42 3311.0001 Ductile Iron Water Fittings w/ Restrai�t (20-inch) 33 11 11 TON 3 $1.00 $3.00 �-- - _. _ "*43A 3311.0001 Ducttle Iron Water FitUngs w/ Restraint (24-inch) 3317 11 TON 6 $1.00 _ $6.00 "43B 3311.0021 C303 Fitlings 3311 13 LS 1 No Bld No Bid - - - ` Conhactor to provide only Unit Price/ Bid to match lhe bid items 2-0. _ __ __ . - - - --- -- 44 9999.0000 Restrain Filtings w/ MJ Split Glands Line E Sta 1+49 to Sta 1+79 3311 11 LS 1 $200.00 $200.00 _ __ __ - - - 45 3312 0001 Fire Hyd�anl 33 12 40 EA_ 5 $2,700.00 $13,500.00 _ - - _ ___ _ _- 46 3312.0117 Connect(on to Exislin 4 12 Water Main 33 12 25 EA 14 $300.00 $4,200.00 -._ .9 _ - _ _ _. --- - 47 3312.0107 Conectton to Exishng 20 Water Maln 33 12 25 EA 2 $3,300.00 $6,600.00 __ _._ _- 48 3312.0108 Conechon to Exisiing 24 Water Main 33 12 25 EA 1 $3,700.00 $3,700.00 - _.._ . . _ _. _. 49 3312.1003 3' Combination Air Valve Assembly for Water 33 12 30 EA 1 $13,500.00 $13,500.00' _ .. -_ -- -- _ _ _ 50 33122001 1 Water Service, Meter Reconnection 33 12 10 EA 5 $100.00 $500.00 51 3312.2003 1 WaterService 331210 EA 5 $1,500.00 $7,500.00 _ _ _ 52 3312 2101 1 1/2' Water Service, Meter Reconnection 3312 10 EA 2 $100.00 $200.00 53 33122103 1 1/2" Water Service .. �. �� 33 12 10 EA 2 $2,000.00 $4,000.00 54 3312.2203 2" Water Service 33 12 10 EA 1 $2,500.00 $2,500.00 55 3312.2801 3' Waler Meter and Vauit W/ No Meter 33 12 11 EA 2 $17,500.00 $35,000.00 56 3312.2804 8' Water Meter and Vaull 33 12 11 EA 1 $18,300.00 $18,300.00 57 3312.3002 6" Gate Va�ve ��� �� � � - � ��� - � � � � � --- � � � -� � - 33 12 20 EA 8 �v700.00 �v5,600.00 crry or• ro�zr woa�N STANDARD CONSTRUCTION SPECIFICATION DOCUMq'.N7'S Ponn Ac��sed 20120120 cui, nnui, D�sraicrnv�tL xo�E�cs, PART 3 - I1ARLi?YMiONTGOMGRY Cily Projecl No. 01465 00 42 43 �m PROPOSAL Pngc 7 of 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Infortr�ation Bidder's Proposal Bidlist S ecification Unitof ftem No. Descrip�ion P Bid Quantity Unit Price Bid Value � Section No. Measure . _ _ . .. _ _ . _ .. _ _. ......_ .. .__._.. ._..__ - -- - -. ._..__. TOTAL Sect(on B(Sanitary Sewer) $1,145 9! .... Total➢aseBid R9 a�e n, Additive rUfernate Total Bid $2,964,047.90 TUNNL+LING METHOD INFORMATION FORM - 24-1NCH S�WITARY SEWER BY OTHER THAN OPEN CUT The SAIJITARY SEWP.R PIPE TUNNELING METHOD information form bound with this project manual shall be provided by the Contractor at the time that bids were submitted. Hand Tunnelin S ec 33 OS 23 Tunneling Method Being Used S.J Louis Construction of Texas Ltd. Name of Contractod Sub-Contractor PO Box 834 Mansfield Texas 76063 Aome Office Address of Contractod Sub-Contrac[or crry or• ronr wox�H STANnA1U7 CONSTItUCT10N SPGCIFICATION DOCI7MlNTS Fonn Re��sed 20120120 CUL7URAL DISTRICT/WILL ROGERS, PART 3 - HnRLEYMtoMGOMF.RY City Prajecl No.01468 � I1��I'�' �� P.-i-�R ��'i��SI3II' A��_-�`� O 4� E I��',�E1�' � ST:1'I'E 4F TE�,�S GOLINTY OF TA'RR�'VT On th�s 25th daj oi April .?013 , beiore me personally appeared -- - Stephen Kohler ^ to me k�ou.�n ���ho beinj by .me dLly sworn, tllai helshe is theUP/Area Mana�er or lhe - S.J. L€�uis C�nstruci�on of'?'e�as Ltd_ ihe Limiti�d Partnershi� descnbed in and which execut�l the iorz<;oin� instrumeni; thai lie/she si<__rned his/her.naJne there�o by order of tt�e Board of Governors o1 said Limited Rartnersllip. 1 ( \ ) I' << � No�ry Public � l�tir. 1�� l��t `J����- (Noiuy Sea1} � ,,,,,�„�,,,, `SP`�' PU'� ELISHA WHITT `�=J�' �f ��i �2 Notary Public, State of Texas '"� M Com ^-;,;�loii";`,= Y mission Expires September 02, 2016 �.CI�di3�TL����:la�l�Tl' ��+ AT'3'���Y-�(-i+A�T STATE OF South Daknta Count�� of L I N C 0 L N � On this l� �'{ dav of%}{x���-,>>ai 5, before me, a Notarp Public, wzti�in and for said Counry and State, personally appearzd J.�. Scherschligt to me personallv know� and known to me to be the At�orne5�-in-Fact of and for the LIBERTY MUTUAL INSURANCE COMPANY a corporanon, created, organized and exisung under aad'oy virtue of uie la���5 of the S�tz ol �Visconsin upoz oatu �id say that the corporarte seal aifi.�szd to the attached insLrument is the 5�31 Oi t]lP 5��1 Cnr�r�v', that the seal was affi�ed and the said instrument was eaecuted 'oy the authority of its Board of Dizectors; and he/she did also acknowledge ihai he,ishe executed the said insm�ent as ihe iTee act a.nd deed of said Company. � , ___ ; , , MARCH 24, 2015 � Notary Public J. A. M I L L E R ivi�r Commission E�ires UNANIMOUS CONSENT TO ACTION IN LIEU OF ANNUAL MEETING OF THE MEMBERS AND GOVERNORS OF S. J. Louis, L.LC August 13, 2012 The governors and members of S. J. Louis, LLC, by unanimous written consent, take the following action, as if a meeting had been properly called pursuant to notice and afl governors and members entitled to vote on the matters presented herein had been present and voting in favor of such action. RESOLVED, that the following persons are hereby appointed or re-appointed to the offices of this Company set opposite their respective names to hold o�ce until their respective successors are chosen and qualify: James L. Schueller Les V. Whitman David Dickerson Stephen Kohler Peter Stahl Donald Meyer Donald Stephens Gevan McCoy President / Chief Manager Executive Vice President / General Manager Vice President / South Texas Area Manager Vice President / North Texas Area Manager Vice President / Senior Project Manager Chief Financial Officer ! Secretary / Treasurer Secretary / Treasurer / Business Manager Vice President / Tunnel Group Manager There are no other officers of S. J. Louis, LLC. RESOLVED FURTHER, the Executive Vice President of the Company shall assume all duties of the President and Chief Manager in the event of the death or disability of the current President / Chief Manager, as defined in fihat Unanimous Consent dated January 1, 2005, RESQLVED FURTHER, that the President, Executive Vice President, and Chief Financial Officer are hereby authorized and empowered to sign all documents necessary for the performance of the business of S.J. Louis, LLC, the General Partner of S.J. Louis Construction of Texas, Ltd.. RESOLVED FURTHER, Donald Stephens as Secretary, David Dickerson, � Stephen Kohler, Gevan McCoy and Pefie Stahl are authorized to sign Construction ' Contracts, Construction Bids, Construction Bonds, final pay estimates and all other documents necessary to construct and manage construction jobs for S.J. Louis Construction of Texas, Lfid. RESOLVED FURTHER, Adam Lunsford, Lucas Menebroker, Shane Ahrens, and Clifford Tubbs are authorized to sign Construction Bids for S. J. Louis Construction of T�xas Ltd. projects. Page 1 of 2 SJ Louis LLC 8-13-12 TX Consent (Autosaved) RESOLVED FURTHER, that all prior signature authorizations are herein deleted, denied, and superseded by this Unanimous Consent to Action, RESOLVED FURTHER, all acts pursuant thereto taken by members of the Board of Governors or by Officers of the Company since the last recorded rneeting, are hereby ratified and approved in all respects. � IN WITNESS WHEREOF, the undersigned, constituting all of the governors and � members of the Company entitled to vote on the matters presented herein, have ; executed this Unanimous Consent to Action In Lieu of Annual Meeting, effective ' August 13, 2012. , i BOARD OF GOVERNORS: � i James Schueller, Governor Page 2 of 2 SJ Louis LLC 8-13-12 TX Gonsent (Autosaved) f� �;. SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automaticaliy disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B,i�'he principal place of business of our company or our parent company or majority owner is ��� in the State of Texas. i� BIDDER: ;�. ��. �_/�J�-� �pr3� �,�r �;�r.� ��?;_ �'�x�i-� �� By: Stephen Kohler i� � ` , S � (Signature) Tit�e: Vice President/ North Texas Area Manager Date: 4/25/2013 �ND OF S�CTION CITY OF FORT WORTH STAN�.o.P,D CnnicTP.UCTIpN coEririrGTinn: R�r.i'":",E�,Tv Form Revised 20110627 CULTURAL DISTRICT/WILL ROGERS, r'r.ii i S- i ini�ic'i iiviiiiJ i uGiviER�l' Cify Projsct No. 01468 00 45 I ] - 1 BIDDERS PREQUALIPICATIONS Pagc I of 3 SECTION 00 45 11 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The infonnation must be submitted seven (7) days prior to the date of tl�e opening of bids. For example, a contractor wishing to submit bids on projects to be opeued ou the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Coiporate Charter, Articles of Incoiporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Biddei• Prequalification Application. (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Comph•oller of Public Accouuts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DLTNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DLTNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the �rm for �rms submitting their initial prequalifcation. These resumes should include the size and scope of the worlc performed. e. Other information as requested by the City. 2. Prequali�cation Requirements a. Finaf�cial Statements. Financial statement submission must be provided in accordance with the foliowing: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. C[TY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS PAItT 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July l, 201 I City Project No. 01468 1 2 3 4 5 6 7 8 � 00 45 11 - 3 F3IDDERS PREQUALIF[CATIONS Pagc 3 of 3 d. If a contractor l�as a valid prequalification letter, the contractor will be eligible to bid the prequali�ed worl< types until the expiration date stated in the letter. END OF S�CTION CITY OF I�ORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMEIZY/ RIP JOHNSON Rcviscd July l, 2011 City Project No. 01468 00 45 12 BID FORM Page 1 of 1 r SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Distribution, Urban and Renewal, 12-inch diameter and ; . ;� �.�,,:-, :. ; �u,,�.. ��-�v�� QF r�xq� t��l , � ij�� (a <. smaller Water Transmission, Urban and Renewal, 24-inch diameter ;.; (,_r,.>i_� (',���_, i-r�,-��,,_, ,-,i. iE_x,•, : t.¢;j , F{`3J�t..3 and smaller � Sewer Collection System, Urban and Renewal, 24-inch �, �, Lou►s C,'c��s��t �oa vF- T'ExnrS ��1. 'i��� t.� diameter and smaller The undersigned hereby ceiiifies ihai ine contractors and/or subcontractors described in the tabie above are currently prequalified for the work types listed. BIDDER: S.J. Louis Construction of Texas, Ltd. oy: Stepi iet i hoi-iie�' �'�., �.: �_ _ �� (S�ignature) Title: Vice President/ North Texas Area Manager Date: _ 4/25/2013 END OF SECTION CIT�' GF FORT VuGRTH STANDARD CONS I RUCTION SPECIFICATION DOCUMENTS �orm Revised 20120120 C:UL I U}�L DIS iRIC f/WILL ROGEP.S, PART3 - HARLEY/�ONTGOMERY City Project No. 01468 �`��.�r �o��x SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone City City Fax Mark only one: Individual Limited Partnership General Partuership Coiporation Limited Liability Company State State Email Zip Code Zip Code Texas Taxpayer ldenti�cation No. Federal Employers Identification No. � DLJNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 004513-3 BIDDEI2 PREQUALIFICATION APPLICATION Pagc 3 of 8 MAJOR WORIC CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-iuches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches aild smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and sinaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Constiuction/Reconstruction (LESS THAN 10,000 square yards) Asphalt Paving Construction/Reconstruction (10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (LJNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 10,000 square yards) Concrete Paving Construction/Reconstruction (10,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd Dcccmbcr 20, 2012 City Project No. 01468 004513-5 BIDDER PREQUALIFICATION APPL[CATION Pagc 5 of 8 8. In what other lines of business are you fiizancially interested? 9. Have you ever performed any worlc for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers fi•om whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affliates or relatives cui7ently debai7ed by the City. Indicate your relationship to this person or fiim. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF 1N WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stocicholder of your �rm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director• who does not live in the same household but who receives care and assistance fi•om that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON . Reviscd Deccmber 20, 2012 City Project No. O1468 00 45 13 - 7 BIDDER PREQUALIP'ICAT[ON APPL[CATION Pagc 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together, lf your tlrm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment nnder the control of the firm and which is related to the type of work for which the �rm is seeking quali�cation. In the description include, the manufacturer, model, and general common description of each. ' CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Dcccmber 20, 2012 City Project No. 01468 r � 004526- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Laboi• Code Section 406.096(a), as amended, Contractor certifies that it provides woi•ker's compensation insurance coverage for all of its employees employed on City Project No. 01468. Contractor further certifies that, pursuant to TeYas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractoi•'s certificates of compliance with workei•'s compensation coverage. CONTRACTOR: S.J. Louis Construction of Texas, Ltd Company 520 S. 6th Ave. Address Mansfield, TX City/State/Zip THE STATE OF TEXAS COUNTY OF TARR�INT § § By: Stephen Kohler (Please Print) Signature: �.�; � `� . , Title:Vice PresidenU North Texas Area Manager (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Stephen Kohler , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Vice President/ North Texas Area Manaqer for• the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LJNDER MY HAND AND SEAL OF OFFICE this 25th day of Anril , 2013. b��„RY'P���� ELISHA WHITT ;`�°'P� U��� Notary Public, Siate of Texas :N,'�`�:r,e My Commission Expires ��"'",;;;oatiw;�' Septembet 02, 2016 � � t , . C _ �. f � �)�� l ( � � � �� � � -� ' �l li�� �� Notary Public in and for the State of Texas END OF SECTION CITY OF POP.T WORTH CULTURAL DISTRIC 1/LUILL ROGERS, ST�r?DARn �`�rlc�pr rr�rrn�.i encCiP:�.�.iIQ�: D'JCUi�i�NT.�'i itiRT 3- nriRl.n`�'i ivii>iv'iir�il�r.it`x'i �fii :iGlitvSCiIJ Revised July 1, 201 1 City Project No. 01463 00 45 40 - 1 MINORITY AND WOMGN E3USINGSS ENTERPRISE GOAL Pagc 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OT POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enteiprises (MBE) in the procurement of all goods and seivices. All requirements and regulations stated in the City's current Business Diversity Enteiprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 14% of the total bid (Base bid applies to Parlts nnd Commzmity Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Foim to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to coinply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MB� subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MB� Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed co will not be acce ted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid o enin date, exclusive of the bid o enin date. 2. Good Faith Effart and Subcontractor received by 5:00 p.in., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if no MBE artici ation: the bid o enin date, exclusive of the bid o enin date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after erform all subcontractin /su lier work: the bid o enin date, exclusive of the bid o enin date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed Qoal. the bid opening date, exchisive of the bid opening date. 36 END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd December 20, 2012 City Projcct No. 01468 00 52 43 - 1 Agreement Page 1 of 4 S�CTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on ��1�-��� �'� ^°(�f� is made by and betwee�i the City 4 of Fort Worth, a Texas ]lome rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), a�id S.J. Louis Construction of Tesas,LTD , authorized to do business in TeYas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORIC 9 Contractor shall complete all Work as specified or indicated in the Contract Documents fo�• the Project 10 identified herein. 11 12 13 14 15 16 17 18 19 Article 2. PRO.T�CT The project foi• which the Work under the Contract Documents may be the whole or only a part is generally descr•ibed as follows: CULTURAL District/ Will RodQers Water antl Snnitary Sewer Ifnproventents Part 3— HnrlevAve And RIP Joltnson Dr. Citv Proiect Nrrntber 1468 W��ter Proiect Nufnber P265-607170146888 Sewer Pro�ect Nrrmber P2 75-70 71 70146588 Article 3. CONTRACT TIME 20 3.1 Time is of the essence. 21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents 22 are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete fo�- Final Acceptance within 365 �alendar days after the date when 25 the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 26 3.3 Liquidated damages 27 28 29 30 31 32 33 34 35 Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if tlie Work is uot completed within the times specified in Parag►•aph 3.2 above, plus any extension thereof allowed in accordance with Ai-ticle 12 of the General Conditions. The Contractoi• also recognizes the delays, expense and difficulties involved in pr•oving in a legal proceeding the achial loss suffered by the City if the Wor•k is not completed on time. Accoi•dingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Conti•actor shall pay City SIX HUIVDRED AND THIRTY DOLLARS ($630.00) foi• each day that eYpii•es after the time specified in Paragraph 3 2 fo1• Final Acceptance until the City issues the Final Lettei• of Acceptance. CITY OF FORT WORTH Cultural DistricUWill Rogers, STANDARD CONSTRUCTION SPECIPICA7'ION UOCUMENTS Part 3-Harley/Montgomery/RIP Johnson Revised June 4, 201 I City Project 1468 00 52 43 - 2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRIC� 37 City agrees to pay Contractor fo�• performance of the Work in accordance with tl�e Contract Documents 38 an amount in current funds of TWO MILLION NIN� HUNDItED SIXTY FOUR THOUSAND 39 FORTY SEVEN DOLLARS AND NIN�TY CENTS ($2,964,047 90 ). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 43 a� 45 46 47 4s 49 50 51 52 53 54 55 56 57 53 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (pf�oject specrfrc) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications speci�cally made a part of the Co�itract Documents by attachment or, if not attached, as incorpoi•ated by reference and described in the Table of Contents of the Project's Contract Docume�rts. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Ag►•eement and, if issued, become an incoz�porated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH Cultural DistricUWill Rogers, S'i'ANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Part 3-Harley/Montgomery/R)P Johnson Revised June 4, 20ll City Project 1463 0o sz a3 - 3 Agreement Page 3 of 4 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 Article 6. IND�MNIFICATION 6.l Contractor covenants and agrees to indemnify, hold hai•mless and defend, at its own expense, the city, its ofiicers, servants and employees, fi•om and against any and all claims arising out of, oi• alleged to arise out of, the worlc and services to be performed by the contractor, its officeys, agents, employees, subcontracto�•s, licenses or invitees unde�• this contract. This indemnification provision is snecifically intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� souEht were caused, in whole or in part, by any act, om�ssion or ne�ligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or clestruetion of property of the eity, arising out of, or alleged to arise out of, the work ancl services to be performed by the conh•actor, its officers, agents, employees, subco�itractors, licensees or invitees under this contract. This indemnification pi•ovision is specifcally intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sought were caused, in �vhole or in nart, by any act, omission or ne�li�ence of the c� Ai•ticle 7. MISCELLANEOUS 96 7.1 Terrns. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have 93 the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. ]00 101 102 7.3 103 104 105 This Agreement, including all of the Contract Documents may not be assigned by tlle Contractor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partne�s, successors, assigns and legal representatives to the other party hereto, in ►•espect to all covenants, agreements and obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void oi• 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remarning 109 provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Contract Documents is pei•formable in tlle State of Texas. I l2 Venue shall be Tarrant County, Texas, or tlle United States District Court for the Northern District 113 of Texas, Foi-t Worth Division. CITY OF FOiZT Wi�RTH Cultural DistricUWill Rogers, S'I'AND,IRD CONSTRUCTION SPECIPICATION bOCUMENTS Part 3-Harley/1Vlontgomer�dR1P Johnson Revised June d, 2011 City Project 1d63 00 52 d3 - 4 Agreement Page 4 of 4 114 7.6 Otl�er Provisions. ]15 116 117 118 7.7 ]19 120 121 l22 123 124 125 i The Contractor agrees to pay at least minimum �vage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of whicli is attached liereto and made a part hereof the same as if it were copied verUatim herein. Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authoi•ized signatory of the Conh�actor. IN WITNESS WHEREOF, City and Contractor have eYecuted this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties Contractor: City of Fort Worth S.J. Louis Contruction of Texas, Ltd. � By: Fernando Costa BY� � t Assistant City Manager � (Signature) Date �/2_"1//3 , Les V. Whiiman (Printed Name) 126 127 128 129 130 131 132 133 134 135 Title: General Attest: (�L-���7 � i� Mary J:� y r, City Secretary (Seal) � Address: 520 S. 6th Ave. ��o ��o M&C � ' Z ,� �.i �� ��. Date: ��, City/State/Zip: i"�nsfield, TX 76063 Approved as to Form and Legality: ���i�u�� ������ hQaOQAQaOQA �`� a��� o� '� °� � vuu�� °�'�� �� L � ��c �u Date 'Be�rg�-$.�c� yY"� , c G� r i�'! �'rc �, Assistant City Attorney APPROVAL RECOMMENDED: � Frank Cr•timb DIRECTOR, Wate�• Depaf•tntent CITY OF FORT WORTH � S"I'ANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised June 4, 201 l Cultural DistricUWill Rogers, Pari 3-Harley/Montgomery/RIP Johnson City Projec[ 1468 �I� Bond #190016722 1 ? 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 8 0 SECTION OQ 61 13 PERFORI�IANCE BOND 006113-I PERFORIvfANCE BOND Pa;e 1 of 2 § § KNOW ALL BY THESE PRESENTS: § That �ve, S.J. Louis Construction of Texas, LTD., kno�vn as "Principal" herein and Liberty Mutual Fire Insurance Company, a corporate surety(sureties; if more than one) duly authorized to do business in the State of Texas; kn�tivn as "Surety" herein (tvhether one or more), 10 are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant 11 to the laws of Texas, known as "City" herein, in the penal sum of TWO Million Nine Hundred 12 SIXTY FOUR Thousand FORTY SEVEN Dollars and NINETY Cents (�2,964,047.90 ), 13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 14 payment of which sum well and truly to be made, �ve bind ourselves, our heirs; elecutors, IS administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain �vritten contract �vith the City 17 a���arded the ,{`��°� �� ����� , which Contract is hereby referred to and made a pai-t hereof for 13 all purposes as if fully set forth herein, to furnish all materials; equipment labor and other 19 accessories defined by la��v, in the prosecution of the V�Tork; including any Change Orders, as 20 provided for in said Contract designated as Cultriral District/GYill RoQers Wafer nrid Saftitary 21 Sewer Improve�rtertts, Part 3— Harlev Ave, �Ylo�itQo�rtery St, mt�l rip Jolzf�son Dr, 22 Citv Proiect Nurnber 01468. 23 NOW, THEREFORE, the coudition of this obligation is such that if the said Principal ?q ?� shall faithfully perfonn it obligations under the Contract and shall in all ►•espects duly and faithftilly perfoim the Work, includin� Change Orders; under the Contract; accordin� to the plans; 26 specifications, a�ld contract documents therein referred to, and as �vell durina any period of 27 eYtension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otheitivise to remain in full force and effect. ?9 3U PROVIDED FURTHER, that if any legal action be filed on this t3ond, venue sha(1 lie in Tarrant County, Tesas or the United States llistrict Court fo�• tl�e Northern Dish•ict of Texas, Fort 31 Worth Division. CITY OF FORT \YORTH S1'AND,aRD CONSTRUCTION SPECIF[C�TION DOCUbtENTS Revised July 1, 20l 1 Cultural Distrid /\i'ill Roaers Part 3-Harley/Vlontgomery/RIP Johnson City Projec[ I�o. 1465 00 61 13 - 2 PERFOR\4A\CE BOND Pa�e 2 of 2 ? 3 4 5 6 7 8 9 10 11 12 13 14 l� 16 17 18 19 20 21 ?� ?; ?4 ?� 26 ?'7 ?s ?9 30 31 32 33 �� �5 36 37 �s 39 �0 �1 42 �3 �� This bond is inade and executed in compliance widi the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accoi•dance with the provisions of said statue. IN WITN�SS WIIER�OF, tl�e Principal and the Sw�ty have SIGNED aii�l SEALED this instrument by duly authorized agents and officers on this the ,;o ,dav of nne�. ,2013. Tr ! . _ __ �r /, / i� �/���/ i/i �• .. �i- - 1• -� - Wimess as r' ipal Adam Lunsfor , Lead Fstimator r )� � � ? �> l ';� � r' r�r� �c ; �i ; L WiUiess • 5 W Surely PRINCIPAL: S.J. Louis Construction of Texas LTD BY: /�//�!�'��6�dtl���-- —���nature Les V. Whiiman, General Manager Name and Title Address: 520 S 6th Ave. Mansfield TX 76063 817-477-0320 SURETY: Libertv M � J.J. Sc�ier�/¢Ijligt, Attorney-In-Fact a nd Title Address: 450 Plymouth Road, Suite 400 Plymouth Meeting PA 19462-1644 Telephone Number: 651-365-7493 xNote: If si�ned by an officer of the Surety Compan}�, there must be on file a certified extract fi�om the by-la�vs showi��g that this person has authority to siQn such obligation. If Surety's physical address is different from its mailin� address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT 1VORTH STANDr1RD CONSTRUCTION SPECIFICATION DOCUVIE\TS Re��ised July I, 2011 Cultural DistrictllVill Rogers Part 3-Harley/�vlonteomery/RIP Johnson Cit�� Project No. 1=168 00 61 14 - 1 PAYMENTBOND Pa�e 1 of 2 2 3 4 i 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 14 PAYMENT BOND 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 21 ?? § F KNOW ALL BY THESE PRESENTS: § That �ve; S.J. Louis Construction of Texas, LTD., l:no�vn as "PrincipaP' herein, aud Liberty Mutual Fire Insurance Company , a corporate surety (sureties), duly authorized to do business in the258- State of TeYas, known as "Surety" herein (�vhether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, kno���n as "City" herein, in the penal sum of TWO Million Nine Hundred SIXTY FOUR Thousand FORTY SEVEN Dollars and NINETY Cents (�2,964,047.90 )„ latvful money of the United States, to be paid in Fort Worth; Tarrant County; TeYas; for the payment of �vhich sum «�ell and truly be made; we bind oui�selves, our heirs, e�ecutors, administrators, successors and assiQns; jointly and severally, firmly by these presents: .��1�:I ��' i��6�� W��REAS, Principal has entered into a certain �vritten Contract �vith City, a�varded the dav of , 2013, which Contract is hereby refei-red to and made a part hereof for all purposes as if fully set forth herein, to fiu-nish all materials, equipment, labor and other accessories as defined by la�v, in the prosecution of the Work as provided for in said Conh-act and designated as Crrltural District/ti�'ill RoQers �'afer and Sa�iitary Sewer Itnprovetnents, Part 3— Harley Ave, �Ylont�o��iery St, rz�trl RIP Johnso�t Dr, Citv Proiect No. I468 2; NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code; as amended) in the prosecutiou of the R�ork under 26 the Contract; then this obligation shall be and become null and void; othenvise to remain in full 27 force and effect. �g 29 30 31 This bond is made and eaecuted in compliance �vith the provisions of Chapter 2253 of the TeYas Government Code; as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, CITY OF FORT \\'ORTH Cul[ural DistricU�\'ill Roaers STANDARD CONSTRUCTIO\� SPECIFIC.�TION DOCUMENTS Part 3- Harley/�fontgomzn'I RIP Johnson Re��ised July 1; 20l 1 Cit}� Project Number 1-165 00 61 14 - 2 PAI'MENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrwnent by duly authorized agents and officers on this the 3 4 ATTEST: (Principal) Secretary Don Stephens �%9�� � Witness as to ' lci Adam Lunsford, Lead Estimator ATTEST: (Surety) Secretary �'����� 1. iIl�r �1�,< Witness,as to Surety 5 6 7 S 9 10 ll 12 _day of ,2013 ���)I�i �� 201� PRINCIPAL: S.J. Louis Construction of Texas LTD BY: G' ��1� t Sia ature Les V. Whitman, General Manager Name and Title Address: 520 S 6th Ave Mansfield TX 76063 817-477-0320 SURETY: Libertv Mutual Fi � J.J. ch chl Name and Title rance Com Attornev-I n-Fact Address: 450 Plymouth Road, Suite 400 Plymouth Meeting PA 19462-1644 Telephone Number: 651-365-7493 Note: If si�ned by an officer of the Surety; there must be on file a certified eYtract from the bylaws sho�ving that this person has authorit}� to sign such obli�ation. If Surety's physical address is different froin its mailina address, both must be provided. Tlie date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT 1VORTH Cul[ural District/�Vill Roeers STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pari 3- Harte}�/�iontaomery/ RIP Johnson Revised July 1; 2011 Cih� Project Number l�l63 006119-1 IvIAI, ITENANCE BOND PaQe 1 of3 2 � � 4 5 6 7 8 9 10 11 12 Li la I� l6 17 SECTION 00 61 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That �ve, S.J. Louis Construction of Texas, LTD. , known as "Principal" herein and Liberty Mutual Fire Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" hereiu (�vhether one or more), are held and iiriuly bc�und unl� lhe City uf Forl Worth, a municipal coi�poration created pursuant to the la�vs of the State of TeYas, kno�vn as "City" herein, in the sum of TWO Million Nine Hundred SIXTY I+OIT12 Thousand FORTI' SEVEN Dollars and NINETY Cents (�2,964,047.90 ), la�vful money of the United States; to be paid in Fort Worth; Tan•ant County, Texas; for payment of which sum �vell and truly be made unto the City and its successors; we bind ourselves; our heirs, eYecutors; administrators, successors and assigns, jointly and severally, firmly hy these presents. 13 WE��REA� l�,e Principal has entered into a certain written contract with the City awarded the 19 d'� ��f f�`���`� .2013 which Contract is hereby refei7•ed to and a inade part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Worl<; including any Work resultin� fi�om a duly 22 authorized Change Order (collectively herein, the `'Work") as provided for in said contract and 23 designated as yVnter, Saftitary Sewer mtd Stor�n Draiil Relocatiofts for Tlee Tri�tity River i�ision 2d — Ce�itral Citv Proiect & Tritzif�� Uptotivt: Service Area P/:ase I— Brid�e & Cltafirzel Relocafzo�:s 25 , Part 3— Main St. BridQe & Clta�tttel Relocations afid Gra�td Avenrres Storfn Drai�t 26 Relocatiorts , Part 1, atzd ?� 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29 accordance with the plans, specifications and Contract Documents that the Work is and will 30 31 32 33 3� 3� 36 remain free from defects in materials or «�orlananship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in �vhole or in part upon receiving notice from the City of the need therefor at any time �vithin the Maintenance Period. CITY OF FORT PJORTH Cultural DistricU�Vill Rogers STANDAItD CONSTRUCTION SPECIFICATION DOCU�4EN?3 Part 3- Harley/Monteomen-/ RIP Johnson Revised July I; 2011 City Project Number 1=165 006119-2 MAINTENAI�ICE BOND Pa�e 2 of 3 I NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for �vhich timely notice was provided by City, to a completion 3 satisfactoiy to the Ciiy, then this obligation shall become null and void; other���ise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 3 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTI3ER; that if any legal action be filed on this Bond; venue shall lie in 12 Tarrant Counry, Texas or the United States District Court for the Northern District of TeYas; Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obfigation shall be continuous in nature and 16 successive recoveries may be I�ad hereon for successive breaches. 17 13 fL� CITY OF FORT �i'ORTi-I Culmral DistricUl;'ill Roeers STANDARD CONSTRUCTION SPECIF 1CATION DOCU\-IENTS Part 3- Hazleyh�tomaomery/ RIP Johnson Revised July l; ?01 I Citt� Project Vumber 146S fx} 61 19 - 3 MAINTi�!VANCI� BOND Pagc 3 of 3 i lN WITNESS VVHFREOF, the Principal and the Surety have each SIGNED and S�AL�D this i7 � 4 5 G 7 8 9 t0 it 12 13 l4 ]5 16 l7 18 19 20 21 22 23 24 25 2fi �7 28 ?� 34 3] 32 33 34 35 3G 37 3s 39 40 dt instrument by duly authorzzed agents and officers on this the day of ,j�h; /: �11'��� 20 ATI'E5'i': {Prinai al} Secretary Don Stephens Wimessast m al Adam Lunsford, Lead Estimator AT'I'�5T: PRINC;I1'AL: S.J. Louis Construction of Texas, LTD BY: .e�L��,-_t��r�itc� S� Les V. Whitrnan, General er ��------._.. ?�Iame atad Titte Address: 520 S 6th Ave. Mansfield TX 76063 ��� 817-477-0320 '--�•-�-----...J.. .. SUR�'I'Y. Libertv � J.J. e In�s ranc� Company �-- ---------__.�__. ligt, Attorney-In-Fact Fd Ti tla ndaress: 450 Plymouth Road,_Suite 400 (surety) secretary ,.T.� � P-�y171outh Meetin� PA 19462-1644 � - -� /�.._ r i � �� �t�L'�'�'.::.__. -._.____ •- -... ....-- Witnass as �o Surety Telephone Nurnber: 651-365-7493 *Note: ]f signed by an officer of the Surety Company, there must be on file a certified extraci from the by-laws showing thar this person has authority to �is�n such obligation. if Surety's physical address is different from its mailin� address, both �nust be provided. 'Che date of the band shall not be prior to the date tt�e Contract is awarded. CITY pF F012�� 1i�dRTH C�li; I"UKAL DISTRI��'/l�1'll.l, ROt;L•:RS, S'f.ANi)ARD CC3NS�'RLiC'�IOI� SPECII�TCA"I'IOV DUCLTA4I:N'rS 1'ART 3- HARI,FY/ MON'fGOM�KI'/ R1P Jnl i VSC)h Revised iuly 1, 201 1 C:in� Yro�ect vo. 0146s �I I Li��VfITEA P.�RTi��RST3Ii' AC�tO�'VLEDGM'ENi STA'L'E �F 'TE3�!�S COCJNTY OF :TA'.RRANT On this da� of _ , 20 , before me pers�nal]y appeared Les V . WhiUr�an iq me knowzl ���ho bezng by,me.dtily swont; tl�ai hefshe is the �eral Manager of the S.J. Lvuis C�nsiz-uct�on of'�'e�as L�d. the Limited Partnership described :in and which executed the fore�oing instrument; Yhat he/she si,ned his/her.name thereto by order of the Board of Governo; s oj� said I;imited P�artnersliip. y � Notary Publi �� i�(//`�- (Notazy al;) ��,�j�Y Pf{g��� CARLA YVONNE HOIGUIN =_°� ••`�= Notary Public, State of Texos =s'• 'y; My Commission Expires ':;;;q��;;.°�` May 10, 2017 ACKNO�VL�IDGEMENT OR ATTORNEY-IN-FACT STATE OF South Dakota County of Minnehalia , On this day of , before me, a Notar}r Public, witlun and for said County and State, personally appeared J.J. Scherschligt to me personally ]�ou�n, and lcnoum to me to be the Attorney-in-Fact of and for the Liberty Mutual Fire Insuranee Company a corporation, created, organized and existing under and by virtue of the la�s�s of the Srate of Wisconsin upon oath did say that the corporate seal affixed to t}1e attached instrument is the seal of the said Company; that the seal was affixed and the said instrument was eaecuted by the authority of its Board of Directors; and he/she did also acknowledge that he/she executed the said instrument as the free act and deed of said Company. i �: ; ; � /�/ ;'�� �, ;�; ; � � - ;: April 14, 2015 �. Notary Public T.M. Crittenden My Commission Ea�pires THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. S314g2O This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through itsAssistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint G. M. JOYCE, W. W. TOWNSEND, ROGER STARKS, J. E. JENCKS, G. A. LOOS, JACK E. MILLER, J. D. MULLER, C. A. REAVES, J. J. SCHERSCHLIGT, ALL OF THE CITY OF SIOUX FALLS, STATE OF SOUTH DAKOTA ................................................................................................................................................................................................................................................................................. , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding ONE HUNDRED FIFTY MILLION AND 00/100•••••••••••••••••••*••"�•�•*•••*••••••••••••• DOLLARS ($ 150,000,000.00•••••••••••••••••••••••••••• ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was: .N O vi c °f Rs +� �C 'i � 7 � � v d M- 7 > � � _� N a� � d`o rr � O +, _ ` �� d � � � w � � � C` Zv VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania ihis 12th day of Aprii , 2012 . ;�.� e,.,_u�s ,K, � �� � ;��: . � w, �., ' °^ � I,n,CCRP�HRT£D' _u } ;'�,� i{tGE r�;'�,'' , � �� �r��:s;: !� COMMONWEALTH OF PENNSYLVANIA ss COUNTY OFMONTGOMERY LIBERTY MUTUAL FIRE INSURANCE COMPANY By � � David M. Carey, A sistant Secretary On this i2�h day of April 2oi2 , before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and a�xed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation IN TESTIMONY WHEREOF, I�ave h i unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year �� first above written. �a� �� �� ��� ���� �0 `�� �. � r� � n � � �i . .. ___ ��L�) /�^2��� ���<E� �� � n� z ��.� f �( I'u i .�� � o'v, � � �,y � Y �4 y i� yt Et i���. 3�-��- �+C rry B � �1F � � P9,C,a� i i �� I�� Y�r F� ��s� Y� �� t,;,,.�� �>�, -, �,;� f�� Teresa Pastella, Notary Public 7.<;.:'ERS CERTIFICATE ��n �, �4�.r���`����,��� � �f .�� I, the undersigned, an Assist�n��5ec��}tary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and cor�ect copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the o�cers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of �}--��. �y .r::�—• _ __.....;: � . .') '._': �'.{�;:r /'�igi".c�ris,�r,,, / �10 „_ .�.,,.',e, . / }?j ��'�'.� ::I \�„�i �� � ^ E'ifCHfSP.h141L � � '� � tJUf� �,' �� f'"% Gregory W. Davenport, Assistant Secretary L �... .. % �`., �%rssr3*;sr�,, � N N d C .N � � C — O V � � W c �� aM O� �� 3� O � d � Np �� o = ��� '� d >� � O � �� � N M � 00 v� H� � ,� . � ���i ' ; ��> � rl�i � i i�' l i Important IVotice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://v�rwv✓.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should confiact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Noiic� To Your Policy: This notice is for information only and does nof become a parfi or condition o� the aftached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 � �,.► r� t A �! j , 1 1 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://v�nnn��.tdi.state.tx.us E-mail: ConsumerProtection(c�tdi.state.tx.us Disputas acerca de primas o reciamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 CERTIFICATE OF NSURANCE TO: CITY OF FORT WORTH Ex ires Limits of Liability _ , , , ttached Bodily Injury: 11/1/13 Ea.Occurrence: $ See at ached Property Damage: Ea.Occurrence: S Ea.Occurrence: S N�v1E OF PROTECT: Cultural District/Will Ro�ers Part 3- Harlev�Iont�omerv/RIP Johnson PROJECT NUVfBER: Water-P265-607170146888 & Sewer-P275-707170146888 IS TO CERTIFY THAT: S.J. Louis Construction of TeYas LTD is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described; for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. Worker's Compensarion Comprehensive General Liability Insurance (Public Liability) B lasting Collapse of Buildin� or structures adjacent to excavations Damage io Underground Utilities Builder's Risk Comprehensive Automobile Liability Contractual Liabilitv Other Policy Effective VA2-64D44400 -012 1� TB2-641- 444003-032 11/1/12 ame a Same as abo e Same as abo e AS2-641- 444003-022 11/1/12 Incl. in General Li Date: Ea.Occurrence: � 11/1/13 Ea. Occurrence: 5 2,964, . on Bodily Injury: Ea. Person: � See At Ea. Occurrence: 5 Property Dama�e: Ea. Occunence: S Bodily Injury: Ea.Occunence: � Property Dama�e: Ea.Occurrence: � price) lity TB2-647�-444003-032 Locations covered Areas in the Citv of Fort Worth Description of operations covered on: In the above mention project The above policies either in the body thereof or by appropriate endorsement provided that they may not be chan�ed or canceled by the insurer in less than five (5) days after the insured has received written notice of such chanae/or cancellation. � �Vhere applicable local la�vs or rewlations require more than five (5) days actual notice of chan�e or cancelIation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The City, its o�cers, employees and servants shall be endorsed as an additional insured on Contractor�s insurance policies escepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. AQencvHowalt+McDowell Insurance Insurance Co. Liberty Mutual Fire Ins Co; Nat Union ire ns o z s urg PA Westchester Fire Insurance � .� Fort Worth Aeent By PO Box 5113, Sioux Falls SD 57117 •• erschligt Address Titte ��� }�es��en� ��e�� STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1— Definitions and Terminology ................................................................... 1.01 Defined Terms ........................................................................................ 1.02 Terminology ........................................................................................... Page .......................1 .......................1 ....................... 6 Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Worl< .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference ..........................................................................................................8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ..................................................................... 3 . O 1 Intent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . 3.02 Reference Standards ............................................................................................................... 3.03 Reporting and Resolving Discrepancies ................................................................................ 3.04 Amending and Supplementing Contract Documents ............................................................ 3.05 Reuse of Documents .............................................................................................................. 3.06 Electronic Data ....................................................................................................................... .8 .8 .9 .9 10 10 11 Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... l l 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Conh�actor's I�lsurance ................................................................................................................18 5.05 Acceptance of Bonds and Lnsurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ......... 6.01 Supervision and Superintendence 19 19 CiTY OF FORT WORTH S'I'ANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Uecember2l, 2012 6.02 Labor; Worlcing Hours ..................................................................... 6.03 Services, Materials, and Equipment ................................................ 6.04 Project Schedule .............................................................. 6.05 Substitutes and "Or-Equals" ........................................... 6.06 Concerning Subcontractors, Suppliers, and Others........ 6.07 Wage Rates ...................................................................... 6.08 Patent Fees and Royalties ............................................... 6.09 Permits and Utilities ........................................................ 6.10 Laws and Regulations ..................................................... 6.11 Taxes ............................................................................... 6.12 Use of Site and Other Areas ........................................... 6.13 Record Documents .......................................................... 6.14 Safety and Protection ...................................................... 6.15 Safety Representative ...................................................... 6.16 Hazard Communication Programs ................................. 6.17 Emergencies and/or Rectification ................................... 6.18 Submittals ........................................................................ 6.19 Continuing the Work ....................................................... 6.20 Contractor's General Warranty and Guarantee .............. 6.21 Indemni�cation ............................................................. 6.22 Delegation of Professional Design Services .................. 6.23 Right to Audit .................................................................. 6.24 Nondiscrimination ........................................................... ......................................... 20 ......................................... 20 ......................................... 21 ......................................... 21 ........................................ 24 ......................................... 25 ......................................... 26 .................................................... 27 .................................................... 27 28 ........................................................ ........................................................ 28 ........................................................ 29 ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... ..................... Article 7- Other Worlc at the Site ................................................................ 7.01 Related Work at Site ................................................................ 7.02 Coordination ............................................................................. Article 8 - City's Responsibilities ................................................................ 8.01 Communications to Contractor ................................................ 8.02 Furnish Data ............................................................................. ' 8.03 Pay When Due ......................................................................... 8.04 Lands and Easements; Reports and Tests ................. 8.05 Change Orders ........................................................... ` 8.06 Inspections, Tests, and Approvals ............................ 8.07 Limitations on City's Responsibilities ..................... 8.08 Undisclosed Hazardous Environmental Condition .. 8.09 Compliance with Safety Program ............................. .............. .............. ...................................... 29 ...................................... 30 ...................................... 30 ...................................... 30 ...................................... 31 ...................................... 32 ...................................... 32 ...................................... 33 ...................................... 34 ...................................... 34 ...................................... 35 ............................................... 35 ............................................... 3 5 ............................................... 36 ............................................... 36 ............................................... 36 ............................................... 36 ............................................... 36 ............................................... 3 6 ............................................... 36 ............................................... 36 ............................................... 37 ............................................... 37 ............................................... 37 Article 9- City's Observation Status During Construction ........................................................................... 37 9.01 City's Project Representative ..................................................................................................... 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Determinations for Worlc Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Worlc ..................... 38 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 Article 10 - Changes in the Worlc; Claims; Extra Worlc 10.01 Authorized Changes in the Work .............. 10.02 Unauthorized Changes in the Worlc .......... 10.03 Execution of Change Ordeis ...................... 10.04 Extra Worlc ................................................. 10.05 Notification to Surety ................................. 10.06 Contract Claims Process ............................ ................................................................................ 3 8 ................................................................................ 3 8 ................................................................................ 39 ................................................................................ 39 ................................................................................ 39 ................................................................................ 39 ................................................................................ 40 Article 11 - Cost of the Worlc, Allowances; Unit Price Worlc; Plans Quantity Measurement ......................41 11.01 Cost of the Work .........................................................................................................................41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Worlc ..........................................................................................................................44 11.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Inspections; Conection, Removal or Acceptance of Defective Worlc 13.01 Notice of Defects ................................................................................................. 13.02 Access to Worlc .................................................................................................... 13.03 Tests and Inspections ........................................................................................... 13.04 Uncovering Worlc ................................................................................................. 13.05 City May Stop the Worlc ...................................................................................... 13.06 Correction or Removal of Defective Worlc ......................................................... 13.07 Correction Period ................................................................................................. 13.08 Acceptance of Defective Worlc ............................................................................ 13.09 City May Conect Defective Worlc ...................................................................... .................. 48 .................. 48 .................. 48 .................. 48 .................. 49 .................. 49 .................. 50 .................. 50 .................. 51 .................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ...........................................................................................................................55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 - Suspension of Worlc and Termination ........................................................................................ 57 15.01 City May Suspend Woric ............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience .......................................................................................60 Article 16 - Dispute Resolution ......... 16.01 Methods and Procedures � � ............................ 61 ............................ 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 Article 17 — Miscellaneous ..................................................... 17.01 Giving Notice ......................:.............................. 17.02 Computation of Times ....................................... 17.03 Cumulative Remedies ........................................ 17.04 Survival of Obligations ...................................... 17.05 Headings ............................................................. � ................................... 62 ................................... 62 ................................... 62 ................................... 62 ................................................. 63 ................................................. 63 C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT(ON DOCUMENTS Revision: DecemUer21, 2012 00 �z ao - � General Co��ditions Page I of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defii�ed Ter•ms A. Wllerever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. l. Adde»da—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Ag�°eement.—The written instrument which is evidence of the agreement between City and Contractor covering the Worlc. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Worlc in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Awa�°d — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Biddei=The individual or entity who submits a Bid directly to City. 8. Bidding Doci�n�ents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Reqzrir•ements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Bi�srness Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays obseived by the City. 11. Bz�zzsaw — City's on-line, electronic document management and collaboration system. 12. Cale�da�� Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - � General Conditions Page 2 of 63 13. Cha»ge Order—A document, which is prepared and approved by the City, which is signed by Conh•actor and City and authorizes an addition, deletion, or revision in the Worlc or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. Cit��— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Worlc is to be performed. 15. City Atto��»ey — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. Cit�� Coz�ncil - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. Cify Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Cof�tract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Cont�act—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Docziments—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Cof�tJ�acto�=The individual or entity with whom City has entered into the Agreement. 24. Cost of the Worlc See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions P1ge 3 of 63 25. Dc�naage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. DiJ°ecto�� of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parizs and Commzrnit�� Sei�vices — The officially appointed Director of the Parlcs and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Directo�� of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Pziblic Woi�lzs — The officially appointed Director of the Transportation Public Worics Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Di�°ector of Wate�° Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Worlc to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer=The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Wor•Ic — Additional worlc made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra worlc shall be part of the Worlc. 36. Field O��der — A written order issued by City which requires changes in the Worlc but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded worlc type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Worlc specified in the Contract Documents has been completed to the satisfaction of the City. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - � General Conditions Page 4 of 63 38. Fi»al I»spection — Inspection carried out by the City to verify that the Contractor has completed the Worlt, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Reqziirei��ents—Sections of Division 1 of the Contract Documents. 40. Hazardoz�s Envirofu��ental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazai�dozis Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Majo�� Ite�n — An Item of worlc included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon ' timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Wark specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petf°oleirm—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, lcerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. C1TY OF FORT WORTH STANDARD CONSTRUC7'ION SPECIFCA7'ION DOCUMENTS Revision: DecemUer21, 2012 00 �2 00 - i General Conditians Page 5 0(63 51. Project Schedzrle—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Worlc within the Contract Time. 52. Pr•oject—The Worlc to be performed under the Contract Documents. 53. Project RepJ�esentative—The authorized representative of the City who will be assigned to the Site. 54. Pi�bdic Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended fi�om time to time. 56. Regz�lar Wor•Izing Hozn°s — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Mariday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or worlcmanship that are representative of some portion of the Worlc and which establish the standards by which such portion of the Worlc will be judged. 58. Schedule of Sz�bmittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Valz�es—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Worlc and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Worlc is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and worlcmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Szrbcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Worlc at the Site. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 6 of 63 63. Sirbmzttals—All drawings, diagrams, illustrations, schedules, and other data or info�mation which are specifically prepared or assembled by or for Conti•actor and submitted by Contractor to illustrate some portion of the Woric. 64. Successfirl Bidde�=The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Sz�perij�tendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Szrpplenzenta� y Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underg��ound Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanlcs, tunnels, or other such facilities or attachments, and any encasements ' containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit P��ice Worlc—See Paragraph 11.03 of these General Conditions for definition. 70. Weelzend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Woriz The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Worlc includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Worlcing Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF I'ORT WORTH STANDARD CONSTRUCTION SP�CIFCA'1'ION DOCUMENTS Revision: December2l, 2012 oonoo-� General Conditions Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactoiy," or adjectives of lilce effect or import are used to describe an action or determination of City as to the Worlc. It is intended that such exercise of professional judgment, action, or deteimination will be solely to evaluate, in general, the Worlc for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defeetive," when modifying the word "Worlc," refers to Worlc that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Fz�rnish, Install, Pe� foNm, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Worlc including all necessary labor, materials, equipment, and everything necessary to perform the Worlc indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-icnown technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documertts City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Pr�oceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH S'I'ANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � General Conditions Page 8 of 63 2.03 Starting the Wor1c Contractor shall start to perform the Work on the date when the Contract Time cominences to run. No Worlc shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstrzrction Confereizce Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Pzrblic Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FOI2T WORTH STANDARD CONSTRUCT[ON SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 007200-1 General Conditions Page 9 of (3 section. The Contractor shall not take advantage of auy variation of form, format or style in mal<ing Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections inelude but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Conri•actor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Worlc under the Contract Documents and provide a complete Project whether or not the cross refei•encing is provided in each section or whether or not the cross referencing is complete. 3.02 Refe�^ence Standa��ds A. Standards, Specifications, Codes, Laws, and Regulations l. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, fi•om those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, parmers, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Worl< or any duty or authority to undertalce responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolvzng Discrepancies A. Reporting Disc��epancies: Contracto�°'s Review of Contract Docz�ments Befor�e Starting Worlc: Before undertalcing each part of the Worlc, Contractor shall carefully study and compare the Contract Documents and checic and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, en•or, ambiguity, or discrepancy which Contractor discovers, or has actual lcnowledge of, and shall obtain a written interpretation or clarification fi-om City before proceeding with any Worlc affected thereby. 2. Contractor's Review of Cont��act Doczr�nents Dui�ing Perfo�°mance of Wo�°Tc: If, during the performance of the Worlc, Contractor discovers any conflict, enor, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specif cation, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Worlc affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembei2l, 2012 007200- 1 General Conditions Page IOof63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Conh-act Documents, the provisions of the Contract Documents shall talce precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govem over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Suppleinerrting Contract Docznnents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or elarification. 3.05 Rezise of Doczr�nents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Speciiications, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUM�N7'S Revision: Dece�nber2l, 2012 00 �z oo - � Gener�l Conditions Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or teimination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementaiy Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also lcnown as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or othei• types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived fi�om such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govei7l. B. When transfeiring documents in elech�onic media format, the transferring party malces no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application pacicages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Worlc. City will obtain in a timely manner and pay for easements for permanent structures or peimanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementai•y Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstl-uctions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Worlc is to be perfoi-med. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page I 2 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipinent. 4.02 Subszrrface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings lcnown to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contracto�� on Technical Data Azrtl�orized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditiorrs A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or ; 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in worlc of the character provided for in the Contract Documents; CITY OF FORT WOR'I'H STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber21, 2012 007200- I General Conditions Page 13 of 63 then Contractor shall, proinptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Worlc in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price ai�d Time AdjZ�stments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 1. Conh•actor lcnew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undeigr•oz�nd Facilities A. Shown or� Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data fuinished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checicing all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Worlc with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Worlc. B. Not Showrr o�� Indicated: l. If an Underground Facility which conflicts with the Worlc is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPI:CIFCAT[ON DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 14 of 63 Worlc in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. � 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Poif�ts A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of maricing to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall malce no changes or relocations. Contractor shall report to City whenever any reference p�oint or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawirrgs: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Tecl���ical Data Azrtl�orized: Contractor may rely upon the ' accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary ; Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i Gener�l Conditions Page I S of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor intelpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Conh-actor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Worlc. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Worlc in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in wriiing). City may consider the necessity to retain a qualified expert to evaluate such condition or talce corrective action, if any. E. Contractor shall not be required to resume Worlc in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Worlc; or (ii) specifying any special conditions under which such Worlc may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Worlc based on a reasonable belief it is unsafe, or does not agree to resume such Worlc under such special conditions, then City may order the portion of the Worlc that is in the area affected by such condition to be deleted from the Worlc. City may have such deleted portion of the Worlc performed by City's own forces or otheis. G. To the fiillest exte�t pe��mitted by Laws and Reg�rlations, Contractor shall irrdemn� and hold harmless City, fi�om ai�d against all claims, costs, losses, and damages (including bt�t not limited to all fees and charges of engineers, a�°chitects, atto��neys, and other professiorrals and all coan�t oi� arbiri•ation or• othei� dispz�te f°esolirtion costs) arising oirt of o�� relating to a Hazardoi�s Envii�oni��et�tal Conditiorr created by Contractoi� or by anyone for whom Contracto�� is responsible. Nothing in this Par�agrapl� 4.06.G shall obligate Cont��actor to indemnify any individzial or entity fi�om a�d against tl�e conseqziences of that indzvidzral's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � General Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Su��eties and Inszrrers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained froin surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Pay�nent, af�d Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. l. The certiiicate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all iiability policies. CITY OF FORT WORTH STANDARD CONSTRUC"I'ION SPECIPCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions I'age 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance cairier names as listed in the cun•ent A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for woricers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide ar have reasonably equivalent financial strength and solvency to the satisfaction of Rislc Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, noi• decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000,00, affecting required insurance coverage shall be approved by the City in regards to asset value and stocicholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 ao�zoo-i General Conditions Page I 8 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or rislc retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a fii•st-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to malce reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Worlc by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may malce any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shali not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contracto��'s Insurance A. Worizers Compensation and En�ploye�s' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly empioyed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: l. claims under workers' compensation, disability benefits, and other similar employee beneiit acts; 2. claims for damages because of bodily injury, occupational sicicness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability ' (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the cun•ent Insurance Services Office (ISO) policy. This insurance shall appiy as primary insurance with respect to any other CI7'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditians Page 19 of (3 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Worlc, or by anyone for whose acts any of them may be liable. D. Raih�oad Protective Liability. If any of the worlc or any warranty worlc is within the limits of raiiroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellatiora: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. Thei�e shall be no time credit foi• days not worlced pursuant to this section. 5.05 Acceptance of Bonds and Inszrrance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractar- shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Worlc, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Szipervision and Si�perintendence A. Contractor shall supeivise, inspect, and direct the Worlc competently and efficiently, devoting such attention thereto and applying such slcills and expertise as may be necessary to perform the Worlc in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFCAT[ON DOCUM�NTS Revision: December2l, 2012 00 �2 00 - � General Conditions Page 20 of 63 B. At all times during the progress of the Worlc, Contractor shall assign a competent, English- spealcing, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Conh•actor. Ail communication given to or received fi•om the Superintendent shall be binding on Contractoi•. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Worlci�zg Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Worlc at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Worlc beyond Regular Working Hours or for Weekend Worlcing Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Se��vices, Materials, and Equipment A. Uniess otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Worlc shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUC'I'lON SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 2I of 63 C. All materials and equipment to be incorporated into the Worlc shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Worlc shall be the latest model at the time of bid, unless otherwise specified. 6.04 Pi�oject Schedzile A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification Ol 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 S�bstitutes and "Oi°-Eqzials " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no lilce, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Iterns: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Worlc will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. SZrbstitZrte Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall malce written application to City for review of a proposed substitute item of material or equipment that Contractor seelcs to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Worlc will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other worlc on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revisioi�: Dece�nber2l, 2012 00 72 00 - 1 General Conditions Page 23 of 63 c) whether incoiporation or use of the proposed substitute item in connection with the Worlc is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Szrbstitarte ConstrLrction Methods or Procedzires: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall malce written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City's Evalz�ation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Gz�a��antee: City may require Contractor to furnish at Contractor's expense a special perFormance guarantee, warranty, or other surety with respect to any substitute. Contractor• shall indemn� and hold ha�°�nless City and anyone directly o�� irrdiJ^ectly employed by the�n fi�om and against any and all claims, damages, losses and expenses (inclzrding attor•neys fees) ar�zsing out of the zise of substitzited materials or eqtripment. E. City's Cost Reimbzrrsement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for malcing changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i Generil Conditioos Page 24 of 63 G. City Szibstitute Reimbzn�senzent: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Conce��ning Subcont��actors, Suppliers, and Others A. Contractor shall perform with his own organization, warlc of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Worlc against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Bzrsiness Diversity Enterprise Ordinarrce Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment ' therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any boolcs, records, or files in the possession of the Contractor that will substantiate the actual worlc performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractois, Suppliers, and other individuals or entities performing or fuinishing any of the Worlc just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CI7'Y OF FOI2'I' WORTH STANDARD CONSTRUCT[ON SPECIFCA7'ION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditious Page 25 of 63 1. shall create for the benefit of any such Subcontractoi-, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Worlc of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities perfoiming or furnishing any of the Work shall communicate with City tlu�ough Contractor. H. All Worlc performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalt�� for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worlcer employed for each calendar day or part of the day that the worlcer is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Conzplaints of Violations and City Determination of Good Caz�se. On receipt of information, including a complaint by a worlcer, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subconh•actor, the City shall malce an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected woricer of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditions }'age 26 oC63 D. Ar�bitration Reqziired if Violation Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected woricer, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worlcer does not resolve the issue by agreement before the 15th day after the date the City malces its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the ai•bitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual lcnowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Cont��actor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (includirrg but ��ot limited to all fees and charges of engineers, architects, attorneys, and other p��ofessionals and all court or arbitration or other dispute resolution costs) arisirrg out of or relating to any infi�ingenzent of pates7t rights or copyrights inczdef�t to the use in the pe� formance of the Woi^Iz or reszrlting fi�o»� CITY OF FOI2T WORTH STANDARD CONSTRUCTION SP�CIFCATION DOCUMENTS Revision: Decemtxr2l, 2012 00 �z oo - � General Conditions Page 27 of 63 the incorpo��ation in the Woi�lc of a»y i»ventio�, clesigf�, pr•ocess, p��ocluct, o�� device rrot specified in the Coi�t��act Docznnet�ts. 6.09 Permits and Utilities A. Conts°actor obtained pe��mits and licei�ses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Worlc which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Worlc. B. City obtained perf��its and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Otrtstanding per•rnits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and RegLclatio�s A. Contractor shall give all notices required by and shali comply with all Laws and Regulations applicable to the performance of the Woric. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work lcnowing or having reason to lcnow that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00 �z oo - i General Conditions Page 28 oF(3 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contracto�'s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Conti•actor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not lcnown at the time of opening of Bids having an effect on the cost or time of performance of the Worlc may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall compiy with the provision of State Comptroller's Ruling .Ol l, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.�.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: l. Contractar shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Worlc. 2. At any time when, in the judgment of the City, the Contractor has obst�ucted or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Worlc, the City may require the Contractor to finish the section on which operations are in progress before worlc is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONS7'RUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oo�zao-i General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Worlc, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pznsuai�t to Pa��ag��aph 6.21, Cont��acto�� shall ij�demn�� and hold harinless Cit}�, fi�om and agai»st all claims, costs, losses, and damages ar•isi�g ozrt of oi� �^elating to any claim or actzon, legal or• eqzritable, br�ozigl�t by ai�y sZ�ch owner or� occz�pant against Cit��. B. Re�noval of Debi°is Dzn�irrg Pe�for•mat�ce of the Wor•Iz• During the progress of the Worlc Contractor shall lceep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maij�te�ance Cleaf�ii�g: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to coi-�•ect the unsatisfactory procedure, the City may talce such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Fii�al Site Clea»in�• Prior to Final Acceptance of the Worlc Contractor shall clean the Site and the Worlc and malce it ready for utilization by City or adjacent property owner. At the completion of the Worlc Contractor shall remove fi�om the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Worlc. E. Loading Strzictzn�es: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Cont�•actor subject any part of the Worlc or adjacent property to stresses or pressures that will endanger it. 6.13 Record Doczu�zents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Speciiications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Worlc, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Pr•otection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Worlc. Such responsibility does not relieve Subcontractors of their responsibility for the safety of peisons or property in the performance of their worlc, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMGNTS Revisio�i: December2l, 2012 00 �z oo - � General Conditions Page 30 of 63 talce all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Worlc and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, wallcs, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all appiicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Worlc may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must cotnply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Worlc is completed and City has accepted the Work. 6.15 Safety Repr•esentative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other ' hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or ' adjacent thereto, Contractar is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �2 00 - i General Conditions Page 31 of 63 changes in the Worlc or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action talcen by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to confoim with the requirements of the Cont�act Documents, the City shall give the Contractor written notice that such worlc or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to talce remedial action to correct the condition. In the event the Contractor does not talce positive steps to fulfill this written request, or does not show just cause for not talcing the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, fiom any funds due or become due the Contractor on the Project. 6.18 Sirbmittads A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the se�vices, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or talce responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFCA"['ION DOCUMENTS Revisio��: Dece�nber2l, 2012 00 �z oo - i General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Worlc performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City s Review: l. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the subinittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the compieted Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation fi•om the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continzring the Woriz Except as otherwise provided, Contractor shall carry on the Worlc and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General War��anty and Guarantee A. Contractor warrants and guarantees to City that all Woric will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shali be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDAItD CONSTRUCTION SPGCIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - i General Conditio��s Page 33 of63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Worlc in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perfonn the Worlc in accordance with the Contract Documents: l, observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4, use or occupancy of the Worlc or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Worlc by City. D. The Contractor shall remedy any defects or damages in the Worlc and pay for any damage to other worlc or property resulting therefrom which shall appear within a period of two (2) years fi•om the date of Final Acceptance of the Worlc unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its of�cers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its of�cers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS iNDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFrECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OT THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OI' THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the worlc and services to be performed by the Contractor, its of�cers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FOR"I' WORTH STANDARD CONS7'RUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 34 of 63 �PECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation ofProfessional Desigrr Se��vices A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Woric or unless such services are required to cai7-y out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Worlc designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Azrdit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent boolcs, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Worlcing Hours to all necessary Contractor facilities and shall be provided adequate and appropriate worlc space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that ' the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent boolcs, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Woricing Hours to all C1TY OF FORT WORTH STANDARD CONSTI2UCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00 �z ao - i General Conditions Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate worlc space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nos�disc��im�i»ation A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Wo��1i at Site A. City may perform other worlc related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other worlc performed by utility owners. If such other worlc is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other worlc; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other worlc with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other worlc, and properly coordinate the Worlc with theirs. Contractor shall do all cutting, fitting, and patching of the Worlc that may be required to properly connect or otherwise malce its sevei•al parts come together and properly integrate with such other worlc. Contractor shall not endanger any worlc of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' worlc with the written consent of City and the others whose worlc will be affected. C. If the proper execution or results of any part of Contractor's Worlc depends upon worlc performed by others under this Article 7, Contractor shall inspect such other worlc and promptly report to City in writing any delays, defects, or deficiencies in such other woric that render it unavailable or unsuitable for the proper execution and results of Contractor's Worlc. Contractor's failure to so report will constitute an acceptance of such other worlc as fit and proper for integration with Contractor's Worlc except for latent defects in the worlc provided by others. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Itevision: Dccember2l, 2012 ��� 7.02 Coordii�ation 00 �z oo - i General Conditions Page 36 ot63 A. If City intends to contract with others for the performance of other woric on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various conh•actors will be identiiied; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Commzinications to Contr�actor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Fzr��i�isl� Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Repo��ts and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orde� s City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspectio��s, Tests, and App��ovals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dc�cember2l, 2012 007200- I General Conditions Page 37 of fi3 8.07 Limitatzons on City's Resporrsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Worlc. City will not be responsible for Contractor's failure to perform the Worlc in accordance with the Cont�•act Documents. B. City will notify the Conhactor of applicable safety plans pursuant to Paragraph 6.14. 8.08 U�disclosed Hazardozis Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Complicrnce with Safety Pr•ogram While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 614. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City s Project RepT°esentative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will malce visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Worlc. Based on information obtained during such visits and obseivations, City's Project Representative will determine, in general, if the Worlc is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to malce exhaustive or continuous inspections on the Site to checic the quality or quantity of the Worlc. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Worlc will conform generally to the Contract Documents. B. City's Project Representative's visits and obseivations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUC7'ION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 007200- I General Conditions Page 38 of (3 9.03 Airthorized Va�°iatiof�s in Woriz City's Project Representative may authorize minor variations in the Worlc from the requirements of , the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Worlc City will have authority to reject Woric which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Dete��minations for Worlc Pe� forfned Contractor will determine the actual quantities and classifications of Worlc performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Autho�^ized Changes in the Woriz A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Worlc involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra worlc. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 oonoo-i General Conditions Page 39 of 63 10.02 Unazithorized Changes in the Woriz Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any worlc performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execz�tion of Change Orders A. City and Contractor shall execute appropi-iate Change Orders covering: l. changes in the Worlc which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii) required because of acceptance of defective Worlc under Paragraph 13.08 or City's correction of defective Worlc under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Worlc actually performed. 10.04 Exti�a Worli A. Should a difference arise as to what does or does not constitute Extra Worl<, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the worlc after malcing written request for written orders and shall lceep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Woi�lc shall be made pursuant to Paragraph 10.06. B. The Contractor shall fiunish the City such installation records of all deviations fi•om the original Contract Documents as may be necessary to enable the City to prepare for peimanent record a corrected set of plans showing the actual installatiou. C. The compensation agreed upon for Extra Worlc whether or not initiated by a Change 01•der shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Worlc, whether said costs are lcnown, unlcnown, 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 worlc as a result of the change or Extra Worlc. 10.05 Notif cation to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Worlc or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMGNTS IZevision: December2l, 2012 00 �z oo - i General Conditions Page 40 of 63 10.06 Cont��act Claims Process A. City's Decision Requir•ed: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: l. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, talce one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FOR"I' WORTH STANDARD CONSTRUC"I'ION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 General Conditious Page 4 I of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor involce the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Conh�act Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Woriz A. Costs Inclzrded: The term Cost of the Worlc means the sum of all costs, except those excluded in Paragraph ll.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Worlc. When the value of any Worlc covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Worlc Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the perfoimance of the Worlc under schedules of job classifications agreed upon by City and Conh�actor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Worlc. Payroll costs for employees not employed full time on the Worlc shall be apportioned on the basis of their time spent on the Worlc. Payroll costs shall include; a. salaries with a 55% marlcup, or b. salaries and wages plus the cost of fi•inge benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, worlcers' compensation, health and retirement benefits, bonuses, sicic leave, vacation and holiday pay applicable thereto. The expenses of performing Worlc outside of Regular Worlcing Hours, Weelcend Worlcing Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Woric, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agi•eements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Worlc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: llecember2l, 2012 00 72 00 - I General Conditions Page 42 oF 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then detennine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Worlc plus a fee, the Subcontractor's Cost of the Woric and fee shall be determined in the same manner as Contractor's Cost of the Worlc and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing ' laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, ' machinery, appliances, office, and temporary facilities at the Site, and hand toois not owned by the workers, which are consumed in the performance of the Work, and cost, , less marlcet value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Worlc, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Worlc, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Worlc for the purpose of determining Contractoi's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Worlc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00 �z oo - t General Conditions Page 43 of 63 h. The costs of preiniums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs E�clzided: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timelceepers, clerlcs, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Worlc and not specifically included in the agreed upon schedule of job classifications refened to in Paragraph 11.O1.A.l or specifically covered by Paragraph 1 l.Ol.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Conn•actor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Worlc and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Worlc, disposal of materials or equipment wrongly supplied, and malcing good any damage to property. 5. Other overhead or general expense costs of any lcind. C. ContractoT�'s Fee: When all the Worlc is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Worlc covered by a Change Order for an adjustment in Contract Price is detei-mined on the basis of Cost of the Worlc, Contractor's fee shall be determined as set forth in Para�aph 12.O1.C. D. Doczimentation: Whenever the Cost of the Worlc for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost brealcdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Worlc so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: l. Contractor agrees that: CITY OF FORT WORTH STANDAI2D CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Worlc covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Worlc is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identiiied item. Worlc described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased oJ� Decreased Qzcantities: The City reserves the right to order Extra Worlc in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of worlc under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONS"IRUCTION SPECIFCATION DOCUMENTS Revision: Decemlxr2l, 2012 00 �z oo - i General Cooditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of worlc, the Contract will be ainended by a Change Order. 3. If no unit prices exist, this will be considered Extra Worlc and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of worlc occurs when: a. the character of worlc for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of woric varies by more than 25% from the original Contract quantity. 5. When the quantity of worlc to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the worlc that is above 125%. 6. When the quantity of worlc to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Qzra�rtity Measzn�e»�ent A. Plans quantities may or may not represent the exact quantity of worlc performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized worlc done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an ei7•or, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditions Page 46 of 63 E. For callout worlc or non-site specific Contracts, the plans c�uantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Worlc covered by a Change Order will be determined as follows: l. where the Worlc involved is covered by unit prices contained in the Contract Documents, by � application of such unit prices to the quantities of the items involved (subject to the ' provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutuaily agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Worlc involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and proiit (determined as provided in Paragraph 12.O1.C). C. Contracto��'s Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incuned under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Worlc plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Worlc, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - 1 Gencral Conditions P�ge 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.Ol.A.I and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be i11 excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 1 l.Ol.A.6, and 11.O1.B; d. the amouut of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Chai�ge of Conti�act Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Worlc or for claimed delay unless the Extra Worlc contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Worlc or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Worlc within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other worlc as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the conh�ol of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Worlc, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CI7'Y OF FORT WORTH STANDARD CONSTI2UCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 ao �z oo -1 Generai Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Worlc of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Worlc City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Worlc at reasonable times for their observation, inspection, and testing. Contractor shali provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shail be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUC"I'ION SPECIFCATION DOCUMEN'CS Revision: December2l, 2012 oo�zoo-� General Couditions Page 4) of (3 3. Any amounts owed for any retest undei- this Section 13.03 D shall be paid directly to the Testing Lab by Conh�actor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Worlc (or the worlc of others) that is to be inspected, tested, or approved is eovered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Worlc for observation. F. Uncovering Worlc as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to malce a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncove��ing Wo��lz A. If any Worlc is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Worlc be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise malce available for observation, inspection, or testing as City may require, that portion of the Worlc in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Worlc is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of worlc of others); or City shall be entitled to accept defective Worlc in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, obseiving, and testing the defective Worlc. 2. If the uncovered Worlc is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Woriz If the Worlc is defeetive, or Contractor fails to supply suffieient slcilled worlcers or suitable materials or equipment, or fails to perfoi�rn the Worlc in such a way that the completed Worlc will conform to the Contract Documents, City may order Contractor to stop the Worlc, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Worlc shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WOR"CH STANDAIZD CONSTRUCTION SPECIFCATION DOCUMGNTS Revision: Dc�ember2l, 2012 oo�aoo-i Generai Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, oi• any surety for, or employee or agent of any of them. 13.06 Correction orRemoval ofDefective Wo��lc A. Promptly after receipt of written notice, Contractor shall correct all defective Worlc pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Worlc has been rejected by City, remove it from the Project and replace it with Work that is not defective. Conh-actor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to ali fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of worlc of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Woric. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otheitivise impair City's special warranty and guarantee, if any, on said Worlc. 13.07 Correction Pe��iod A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicabie special guarantee required by the Contract Documents), any Worlc is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Worlc; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Worlc that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Worlc, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risic of loss or damage, City may have the defective Worlc corrected or repaired or may have the rejected Worlc removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of worlc of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMHN'I'S Revision: December2l, 2012 00 �z oo - i General Conditions Page 5 I of 63 C. In special circumstances where a particular item of equipment is placed in continuous seivice before Final Acceptance of all the Worlc, the correction period for that item may start to run fi�om an earlier date if so provided in the Contract Documents. D. Where defective Worlc (and damage to other Worlc resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the coi7ection period hereunder with respect to such Worlc may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days wl-itten notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptarrce of Defective Woriz If, instead of requiring correction or removal and replacement of defective Worlc, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Worlc and for the diminished value of the Worlc to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Worlc, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Worlc so accepted. 13.09 City May Correct Defective Worlc A. If Contractor fails within a reasonable time after written notice from City to correct defective Worlc, or to remove and replace rejected Worlc as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Worlc in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, talce possession of all or part of the Worlc and suspend Contractor's seivices related thereto, and incorporate in the Worlc all materials and equipment incorporated in the Worlc, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �a oo -1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Worlc; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the ' performance of the Worlc attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Valzies The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Worlc will be based on the number of units completed. 14.02 Prog��ess Payments A. Applicatio��s for Paynaei�ts: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Woric but delivered and suitably stored at the Site or at another location agreed to in writing, the Appiication for Payment shall also be accompanied by a bill of sale, invoice, ar other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decemf�er21, 2012 00 �z oo - � General Conditions Page 53 of 63 B. Review of Applications: l. City wili, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or retuiri the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may malce the necessary coi7•ections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's icnowledge: a. the Worlc has progressed to the point indicated; b. the quality of the Worlc is generally in accordance with the Contract Documents (subject to an evaluation of the Worlc as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classiiications for Worlc performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to checic the quality or the quantity of the Worlc as it has been performed have been exhaustive, extended to every aspect of the Worlc in progress, or involved detailed inspections of the Worlc beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Conti•actor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Worlc. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revolce any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Woric is defective, or the completed Worlc has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Worlc or complete Worlc in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FCATION DOCUMENTS Revision: Dece�nber21, 2012 00 �a oo -1 Generai Conditions Page 54 of63 e. City has actual lcnowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: l. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any worlc shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment wili become due in accordance with the Contract Documents. F. Redzrction in Payment: 1. City may refuse to malce payment of the amount requested because: a. Liens have been filed in connection with the Worlc, except where Contractor has ' delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual lcnowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Cont��actor's Wari•anty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application far Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment fi•ee and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - t General Conditions Page 55 of 63 14.04 Par•tial Utilizatiorr A. Prior to Final Acceptance of all the Worlc, City may use or occupy any substantially cornpleted part of the Worlc which has specifically been identified in the Conh�act Documents, or which City, determines constitutes a separately functioning and usable part of the Worlc that can be used by City for its intended purpose without significant interference with Contractor's perfoimance of the remainder of the Worlc. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Worlc which City determines to be ready for its intended use, subject to the following conditions; l. Contractor at any time may notify City in writing that Contractor considers any such part of the Worlc ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and Contractor shall malce an inspection of that part of the Worlc to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefar. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finall�spection A. Upon written notice from Contractor that the entire Worlc is complete in accordance with the Contract Documents: l. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Worlc is incomplete or defective. Contractor shall immediately talce such measures as are necessary to complete such Worlc or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Worlc is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Worlc identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCI'ION SPECIFCATION DOCUMENTS Revision: Dece�nber21, 2012 oo�zoo-� General Conditions I'age 5G of 63 14.07 Final Payn�ent A. Application fo�� Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may malce an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. afiidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Worlc. B. Payment Becomes Due: l. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed a��d Par�tial Retainage Release A. If final completion of the Work is signiiicantly delayed, and if City so confirms, City may, upon receipt of Contractor's �nal Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Worlc fully completed and accepted. If the remaining balance to be held by City for Worlc not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00 �z oo - i Geueral Conditions Page 57 of 63 portion of the Worlc fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the teims and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retcrirrage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Worlc locations, the City may release a portion of the amount retained provided that all other worlc is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other worlc. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Conh•act. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Szispe�d Worlc A. At any time and without cause, City may suspend the Woric or any portion thereof by written notice to Contractor and which may fix the date on which Worlc will be resumed. Contractor shall resume the Worlc on the date so fixed. During temporary suspension of the Worlc covered by these Contract Documents, for any reason, the City will malce no extra payment for stand-by time of construction equipment and/or construction crews. B. 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, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Worlc for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall talce every precaution to prevent damage or deterioration of the worlc performed; he shall provide suitable drainage about the woric, and erect temporary structures where necessary. D. 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 City 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. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � General Conditions Page 58 of 63 15.02 City May Te��minate foi^ Caaise A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: l. Contractor's persistent failure to perform the Worlc in accordance with the Conti•act Documents (including, but not limited to, failure to supply sufficient slcilled worlcers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly malce good any defect in materials or woi•lcmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. 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; or 7. Substantial evidence that the Contractor has become insolvent or banlcrupt, or otherwise financially unable to carry on the Worlc satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Worlc. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Worlc. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its C1TY OF FORT WORTH STANDAIZD CONSTIZUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 ao�zoo-i General Conditions Page 59 of63 obligations, then City, without process or action at law, may talce over any portion of the Worlc and complete it as described below. a. If City completes the Worlc, City may exclude Conh•actor and Surety fi•om the site and talce possession of the Worlc, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Worlc as City may deem expedient. 3. Whether City or Surety completes the Worlc, Contractor shall not be entitled to receive any further payment until the Worlc is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Worlc performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Woric, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Worlc shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Conh�actor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCAT[ON DOCUMENTS Revision: Decemlxr2l, 2012 00 �2 00 - i General Conditions Page 60 of 63 15.03 City May Termi»ate For Convenie»ce A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Worlc under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. 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 City regarding such discretionaiy action. B. After receipt of a notice of termination, and except as otherwise directed by the City, 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 materiais, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Worlc in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Worlc as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its conn•act which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the teimination date specified in the notice of termination, the Contractor may submit to the City 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 City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Dece�nber2l, 2012 00 �2 00 - � General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City 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. E. Not later than 60 days after the notice of termination, the Contractor shall submit his tei-mination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Worlc executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Worlc, 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Worlc, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly ath-ibutable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Worlc, the City 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 Conh�actor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such teimination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods a�d P�°ocedzires A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 �z oo - � Ge��eral Conditions Page 62 of 63 1. elects in writing to involce any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirtnation of receipt by the receiving party. 17.02 Compzrtation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a : Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Czrmulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDAIZD CONS7'RUCTION SPECIFCATION DOCUMENTS Revision: DecemUer21, 2012 00 �z oo - i General Conditions Page 63 of 63 17.04 Szn�vival of Obligatio»s All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Conh�act Documents, will suivive final payment, completion, and acceptance of the Worlc or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headi�gs Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. C1TY OF FORT WOIt'I'H STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Itevision: De�cember2l, 2012 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Pagc 1 of4 SECTION 00 73 00 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementaiy Conditions modify and supplelnent Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modifed or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in fiill force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Conh�act Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.OlA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of April 1, 2013: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised April I, 2013 City Projcct No. 01468 007300-2 SUPPLEMENTARY CONDITIONS Pagc 2 of 4 1 2 3 4 5 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, ancl/or relocated as of April 1, 2013: EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report, Report No. 103-12-144-1, dated October 18, 2012, prepared by CMJ Engineering, a sub-consultant of Kimley-Horn and Associates, a consultant of the City, providing additional infoi7nation on geotechnical conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Worlc None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: An Environmental Report, Report No. 823.010, dated Januaiy 15, 2013, prepared by W&M Environmental Group, a sub-consultant of ICimley-Horn and Associates, a consultant of the City, providing additional information on hazai•dous soils. SG5.03A., "Certificates of lnsw�ance" The entities listed below are "additional insureds as their interest inay appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: ICimley-Horn and Associates, Inc. (3) Other: None SG5.04A., "Contractor's Insurance" The liinits of liability for the inslu•ance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GG5.04A. Stattttory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIrICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd April 1, 2013 City Project No. 01468 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-3 SUPPLEMGNTAI2Y CONDITIONS Pagc 3 of 4 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, �mder Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occ�u�rence $2,000,000 aggregate limit The policy inust have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Instu�ance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GG5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities wiil require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. None SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: Heavy & Highway Construction Prevailing Wage Rates 2008 and 2008 Prevailing Wage Rates Construction Industry SC-6.09., "Permits and Utilities" SG6.09A., "Contractor obtained permits and licenses" The following are known pennits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" CiTY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd April l, 2013 City Project No. 01468 007300-4 SUPPLEMENTARY CONDIT[ONS P1gc 4 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 1, 2013: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION None SC-7.02., "Coordination" TARGET DATE OF POSSESSION The individuals or entities listed below have conh•acts with the City for the performance of other work at the Site: Vendor Sco e of Work Coordination Authorit None N/A N/A 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Representative" The following frm is a consultant to the City responsible for construction management of this Project: None SC-13.03C., "Tests and Inspections" None SC-16.O1C.1, "Methods and Procedures" None 36 END OF SECTION CITY OF E�ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS PAItT 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Aprii 1, 2013 City Projcct No. 01468 o� i�oo-� SUMMARY OF WORK Page 1 of 3 1 2 3 PART1- GENERAL SECTION O1 11 00 SUMMARY OF WORK 4 L1 SUMMARY ��� 5 A. Section Includes: 6 l. Summaiy of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. .� 1 12 1.2 C. Related Specification Sections include, but are not necessarily limited to: l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Worlc Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessaiy for this constiuction project as detailed in the Drawings and 21 Specifcations. 22 B. Subsidiaiy Worlc 23 1. Any and all Work specificaliy governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the itein shall 27 be considered as a subsidiaiy item of Worlc, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be speci�cally authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for coustruction 37 purposes may be stored in such space, but no more than is necessaiy to avoid 38 delay in the construction operations. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd Deccmbcr 20, 2012 City Project No. 014C>8 o> >> 00-2 SUMMARY OP WORK Pagc 2 of 3 1 2 3 4 5 6 7 0 c. Excavatecl and waste materials shall be stored iu such a way as not to interfere with the use of spaces that may be designated to be left fi�ee and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracics, the Worlc shall be cai7•ied on in such maimer as not to interfere with the operation of the raih•oad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. 8 D. Worlc within Easeinents 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission fi•om the owner of such property. 11 2. Do not store equipment or material on private property unless aud until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to tbe City. 14 3. Uuless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to malce possible proper prosecution of the 16 Worlc as a part of the projeet construction operations. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4. Preseive and use eveiy precaution to prevent damage to, all trees, shrubbeiy, plants, lawns, fences, culverts, curbing, and all other types of stiuctures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the constiuction of temporary fences and to all other public or private property adjacent to the Worlc. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 houis in advance of the begiuning of the Worlc. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupauts, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injuiy to property of any character resultiug from any act, omission, neglect, or misconduct in the manner or method or execution of the Worlc, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during constiuction of the Project to the original or a better than original condition. b. Erect temporaiy fencing in place of the fencing removed whenever the Worlc is not in progress and when the site is vacated overnight, avd/or at all times to provide site security. c. The cost for all fence worlc within easements, including removal; tempoi•aiy closures and replaceinent, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specificaily provided in the proposal. CITY Or FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Decembcr 20, 2012 City Project No. 01468 Ol 1100-3 SUMMARY OF WORK Pagc 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FI�LD [SIT�] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] � 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON Rcviscd Decembcr 2Q 2012 City Project No. 01468 o� zs oo - i SUBST[TtJTION PROCEDURrS P�gc 1 of4 � 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 SECTION Ol 25 00 SUBSTITUTION PROCEDURES A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payinent 21 1. Worlc associated with this Item is considered subsidiaiy to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests froin Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude fi•om consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requireinents, or other factors beyond control of Contractor; or, CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUM�NTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July I, 2011 City Projcct No. 01468 oi zsoo-z SUf3STITUTION PROCEDURES Pagc 2 of 4 b. Conhactor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. Submit 3 copies of each written request for substitution, including: a. Docuinentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact uame c) Specification Section or Drawing refereuce of originally specified product, including discrete name or tag number assigved to original product in the Contract Documents 2) Manufaeturer's literature clearly marlced to show coinpliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addr•essing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requireinents 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of peisons associated with referenced projects knowledgeable concerning proposed product c) Available field data and r•eports associated with proposed product 5) Samples a) Provide at request of Ciry. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 42 L Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and patteru 44 of specified product if necessaiy to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF ['ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July 1, 201 I City Projcct No. 01468 01 25 00 - 3 SUBSTITUT[ON PROCLDURES Pagc 3 of 4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Ciry's opinion, acceptance will require substantial revision of the original design d. In the Ciry's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1.9 QUALITY ASSURANCE A. In malcing request for substitution or in using an approved product, the Contractor represents that the Contractor: l. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perfoim function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Worlc, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] L11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] � 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OI' FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July 1, 2011 City Projcct No. 01468 oizsoo-� SUBSTITUTION PROC�DURES Pagc 4 of 4 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby subnut for your consideration tl�e following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete iuformation on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the buildivg design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain ou attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the speci�ed item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended _ Recorrunended Not recommended Received late By Date Remarlcs Date CITY OF FORT WORTH STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Rej ected CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. OI4C8 013119-I PRGCONSTI2UCTION MGETING Pagc I of 3 1 2 3 PART1- GEN�RAL SECTION O1 31 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY ' S A. Section Includes: ��� 6 l. Provisions for the preconstruction meeting to be held prior ro the start of Work to 7 clarify construction contract adminish•ation procedures 8 B. Deviations fi•om this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 1.2 C. Related Specifcation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fo�ms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 14 A. Measuremeut and Payment 15 1. Work associated with this Item is considered subsidiaiy to the various items bid. 16 No separate payment will be allowed for this Item. ' 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstiuction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstiuction meeting will be held within 14 days after the execution of the � Agreement and before Work is started. a. The meeting will be scheduled and adininistered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the begimling of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request C1TY OF rORT WORTH CULTURAL D1STRiCT/W[LL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised August 17, 2012 City Project No. 014(8 01 31 19-2 PRGCONSTRUCTION MEETING Pagc 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Constructiou Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meetil�g. 5. Preliinina�y Agenda inay iilclude: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or othcr pertinent peimits d. Contractor's work plan and schedule e. Contract Time £ Notice to Proceed g. Construction Staking h. Progress Payments i. Exh•a Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroil Certi�cation n. Material Certi�cations and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weelcend Work Notification r. Legal Holidays s. Trench Safety Pians t. Confined Space Entry Standards u. Coordination with the City's represeiltative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claiins bb. Submittal Procedures ca Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary eonstruction faeilities gg. M/WBE or MBE/SBE procedures hh. Final Aeceptance ii. Final Payment jj. Questions or Conunents CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIP[CAT[ON DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ R[P JOHNSON Revised August 17, 2012 City Projcct No. 01468 01 31 19-3 PRECONSTRUCTION MGGTMG Pagc 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 111 FIELD [SITE] CONDITIONS [NOT USED] 8 L12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED) 10 PART 3- EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF i'ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Revised August 17, 2012 City Project No. 01468 013120-1 PROJGCT MEGTINGS Pagc 1 of 3 � 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 31 20 PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly � review of the progress of the Work and to provide for systematic discussion of 8 potei7tial problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 12 13 14 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requireinents PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is cousidered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and adininister as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Worlc. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those speci�ed in this Sectiou, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Const�uction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any const�uction related questions 35 2. Meeting Location 36 a. Location of ineeting to be deterinined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ I21P JOHNSON Revised July l, 2011 City Projcct No. 01468 O1 31 20-2 PROJECT MEETINGS Page 2 of 3 1 2 b. Project Representative c. Other City representatives 3 4. Meetiug Schedule 4 a. In geueral, the neighborhood meeting will occur within the 2 weelcs following 5 the pre-consh•uction conference. 6 b. In no case will constructiou be allowed to begin until this ineeting is he1d. 7 C. Progress Meetings 8 l. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and adininistered by Project Representative. 10 2. Additional progress ineetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects I S d. Resolution of constiuction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completuig tl�e attendance form to be circulated at the beginning of each 20 meetiug. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives £ Others, as requested by the Project Representative 5. Preliminaiy Agenda may include: a. Review of Worlc progress since previous meeting b. Field obseivatious, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, deliveiy schedules e. Review of consh•uction interfacing and sequencing requirements with other construction cont�acts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Worlc period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Revised July l, 2011 City Project No. 014C>8 Ol 31 20 - 3 PROJGCT ML'I:TINGS Pagc 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Eugineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED) 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July I, 20l 1 City Projcct No. 01468 013216-1 CONSTRUCTION PROGRESS SCHEDULE Pagc 1 of S 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY SECTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations fi-om this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Cont�•act 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 l. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or eomplex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures fi•om the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OP FORT WORTH CULTURAL DISTI2ICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PAI2T 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised July l, 2011 City Project No. 01468 01 32 l6 - 2 CONSTRUCTION PROGRGSS SCHI:DULG P�gc 2 of 5 1 2 3 4. Schedule Narrative - Concise narrative of the schedule including sc�iedule changes, expected delays, lcey schedule issues, critical path iteins, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Docuinent 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 7 8 9 10 11 12 13 14 15 A. Baseline Schedule l. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demotlstrate understanding of the worlc to be performed and lcnown issues and eonstraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 L Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Ordeis 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Foi�t Worth Schedule 23 Guidance Document. 24 C. Respousibility for Schedule Coinpliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted aud the Contract completion 27 date will not be met, or when so directed by the City, malce soine or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recoveiy Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to talce to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the baciclog of worlc and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, worlcing 37 days per weelc, the amount of constructiou equipment, or any coinbination 38 of the foregoing, sufficiently to substantially eliminate the baciclog of worlc 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to talce is submitted when so requested 42 by the City, the City inay direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and worlc schedule (overtime, weekend and holiday 44 worlc, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such worlc will be considered. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July 1, 20ll City ProjectNo. 01468 O1 32 16-3 CONSTRUCTION PROGRESS SCHEDULL^' Pagc 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date inust be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessaiy to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evideuce, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's detei7nination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the networlc will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessaiy for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions aud the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Scbedule. a. Float or slacic time is not for the exclusive use or bene�t of either the Contractor or the City. b. Proceed with worlc according to early start dates, and the City shall have the right to reserve and apportion float time according to tlie needs of the project. CITY Or FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIrICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July i, 201 I City Projcct No. 01468 0132IC-4 CONSTRUCTION PROGRGSS SCHGDULF, Pagc 4 of 5 1 2 3 4 5 c. Aclalowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 6 1. Where worlc is to be performed under this Contract concurrently with or contingent 7 upon worlc performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts fi•om the City for the 10 preparation and updating of Baseline schedule and malce the required changes ll in his schedule wheu indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the Ciry will 13 detennine the worlc priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In sucl� cases, the decision of the City shall be accepted as �nal. 16 b. The temporaiy delay of any worlc due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file foi�nat and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-constiuction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 � l. Submit progress Schedule in native file format and pdf format as required iu the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 C. Schedule Nai7•ative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 L The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been coinpleted and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIFICAT[ON DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July 1, 201 I City Projcct No. O1468 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 013216-5 CONSTRUCTION PROGRGSS SCH�DULG Pagc 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the constiuction. C. Contractor is responsible for the quality of all subinittals in this section meeting the standard of care for the construction industry for similar projects. L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON Rcviscd Jiily 1, 2011 City Project No. 01468 013233-I PRGCONSTRUCTION VIDGO Pagc I of 2 1 2 3 PART1- GENERAL SECTION Ol 32 33 PRECONSTRUCTION VIDEO 4 11 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations fi-om this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0— Bidding Requirements, Contract Forms and Conditious of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 L Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstiuction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by constiuction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a eopy of the preconstiuction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 31 l.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Reviscd July l, 2011 City Prjcct No. 01468 01 32 33 - 2 PRECONSTRUCTION VIDGO Pagc 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGGRS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Jidy 1, 20ll City Pijcct No. 01468 01 33 00 - I SUE3MITTALS Pagc 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 1.2 SECTION O1 33 00 SUBMITTALS A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations fi�om this City of Fort Worth Standard Speciiication 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contt•act 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiaiy to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City iu writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and t�ansmiY each submittal sufficiently in advance of perfoiming the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Coutractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication fl Deliveiy g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDAIZD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Project No. 014C>8 01 33 00 - 2 SUE3MITTALS Pagc 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no clelay in the Worlc or in the worlc of auy other conh•actor. B. Submittal Numbering When submitting shop drawiugs or samples, utilize a 9-character subinittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each speci�c Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd subinission, B=3rd subinission, C=4th subinission, etc.). A typical subinittal number would be as follows: 1 1 11 1: i 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial subinittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbeis and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 �eld measureinents, field construction criteria, materials, diinensions, 34 catalog numbers and similar data and I have checiced and coordinated each 35 item with other applicable approved shop drawings." 36 37 38 39 40 41 42 43 44 45 D. Submittal Format 1. Fold shop drawings larger than 8 Yz inches x 11 inches to 8'/z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Descriptiou of Pacicet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 46 1. Tl�e date of submission and the dates of any previous submissions CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON Revised Dcccmbcr 20, 2012 City Project No. 01468 O13300-3 SUF3Nll"1'Tf1LS Pagc 3 of 8 1 2. The Project title aud number 2 3. Contractor identification 3 4. The names oi 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Worlc or materials 11 8. Applicable standards, such as ASTM or Federal Specification nuinbers 12 9. Identification by highlighting of deviations fi•om Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings 1. As speci�ied in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/u�stallation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopworlc manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the struct�ue b. Where correct fabrication of the Work depeuds upon �eld measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Staudard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HAIZLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Projcct No. 01468 OI3300-4 SUQMITTALS Pagc 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or qualiry control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance ivstiuctions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not neeessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Woric 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordinatiou of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conforin to approved shop drawings and data is at the Contractor's 22 rislc. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The City will not be liable for any expense or delay due to corrections or remedies required to accoinplish confornuty. 3. Complete project Worlc, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Elech•onic Distribution a. Confirm developinent of Project directoiy for electronic submittals to be uploaded to City's Buzzsaw site, or another exteiiial FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directoiy and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings i•etui7ied, Contractor shall submit more than the number oi copies listed above. c. Product Data 1) Upload submittal to designated project directoiy and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF ['ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmber 20, 2012 City Projcct No. 01468 O13300-5 SUBMITTALS Pagc 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 a 0 c. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings retui7led, Contractor shall submit more than the number of copies listed above. Product Data 1) Distributed to the Ciry 2) Copies a) 4 copies Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site fle and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously speci�ed. K. Submittal Review 3 :� l. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Coutract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approviug departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor fi•om his/her responsibility with regard to the ful�llment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. The Contractor remains responsible for detaiis and accuracy, for coordinating the Worlc with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure fi•om the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, tlie City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) °NO EXCEPTIONS TAKEN" is assigned wheu there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for inanufacture. b. Code 2 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 2Q 2012 City Projcet No. 01468 013300-6 SUBMITTALS Pagc 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 c. � 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations aud comments IS NOT required by the Contractor. a) The Coutractor may release the equipment or material for manufacture; however, all notations and commeuts must be incorporated into the fival product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and coinments must be incorporated into the final product. b) This resubmittal is to address all commeuts, omissions and non-conforming items that were noted. c) Resubinittal is to be received by the City within 15 Calendar Days of the date of the City's transinittal requiring the resubinittal. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire pacicage revised to bring the subinittal into conformance. b) It may be necessaiy to resubmit using a different manufacturer/vendor to meet the Coiitract Documents. 6. Resubmittals a. Handled in the same inaimer as �ist submittals 1) Corrections other than requested by the City 2) Marlced with revision triangle or other similar method a) At Contractor's rislc if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Conri•actor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining Ciry's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or marlc the submittal directing the Cont��actor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Conri�act Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF (�ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 01468 O13300-7 SUBMITTALS Pagc 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may cai7•y out the construction in accordance therewith and no further 3 changes therein except upon written instructions froin the City. 4 10. Each submittal, appropriately coded, will be returned withiil 30 Calendar Days 5 followiug receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project Remove at the completiou of the Work or when directed. 10 M. Qualifications 11 1. If speci�cally required in other Sections of these Specifications, submit a P.E. 12 Certi�cation for each itein required. 13 N. Request for Information (RFI) 14 l. Contractor Request for additional information 15 a. Clarification or inteipretation of'the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "Ol" and 23 inci•easing sequentially with each additional h•ansmittal. 24 4. Suffcient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates tliat a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT US�D) 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIGICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Projcet No. 01468 013300-8 SUBMITTALS Page 8 of 8 I PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.IC.8. Working Days modified to Calendar Days CITY OF F012T WORTH CULTURAL D[STRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Project No. 014C8 013513-I SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION Ol 35 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The pi•ocedures for special project circumstances that includes, bnt is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. £ Water Department Notification g. Public Notification Prior to Beginning Constructiou h. Coordination with United States Army Corps of Engineers i. Coordinatioil within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requireinents, Contract Forms and Conditions of the Contract 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Raih•oad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials fm•nished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall inchide: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsw•ance 5) Insurance Certificates 6) Other requireinents associated with general coordination with Railroad, iucluding additional employees required to protect the right-of-way and property of the Railroad fi•oin damage arising out of and/or fi�om the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Decembcr 20, 2012 City Project No. 01468 O13513-2 SPECIAL PROJGCT PROCEDURES Pagc 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The worlc performed and materials furnished in accordance with this Itein will be paid for each worlcing day that Raih•oad Flaginen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flaginen 2) Flagmen 3) Other requirements associated with Raih�oad 3. All other items a. Worlc associated with these Items is considered subsidiaiy to the various Items bid. No separate payment will be ailowed for this Item. 14 1.3 RETERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Speci�cation refer to the current reference 17 staildard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is speci�cally cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Govei7lments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 26 27 28 29 30 31 32 When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to coinmencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be perfoimed in compliance with and subject to approval fi•om the Texas Department of Transportation B. Worlc near High Voltage Lines 33 1. Regulato�y Requirements 34 a. All Worlc near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requiremeuts. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the booin or arm 42 b. Insulator links on the li$ hoolc connections for bacic hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Worlc within 6 feet of high voltage electric lines CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Rcviscd Dcccmbcr 20, 2012 City Project No. 01468 013513-3 SPECIALPROJECTPROCEDURES Pagc 3 of B 1 2 3 4 5 6 7 8 9 10 a. [� c. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and i•ecord action taken in each case. Coordination with power company 1) After noti�cation coordinate with the power company to: a) Erect temporaiy mechanical barriers, de-energize the lines, or raise or lower the lines No peisonnel may work within 6 feet of a high voltage line before the above requirements have been met. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 C. Coufined Space Entry Program 1. Provide aud follow approved Confiued Space Euhy Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to worlcing on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin worlc after 10:00 a.m. whenever constiuction phasing requires the use of inotorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m, if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Perinit for conshuction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 46 G. Water Departmeut Coordivation CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON Revised Deccmber 2Q 2012 City Project No. 01468 O1 35 13-4 SPECIALPROJGCTPROCEDURGS Pagc 4 of 8 1 1. During the consh-uction of this project, it will be iiecessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate witl� 3 the Water Department to determine tl�e best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City i•epresentative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violatiou of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assuine all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginniug Consh-uction 20 1. Prior to begimiing construction on any blocic in the project, on a block by blocic 21 basis, prepare and deliver a notice or flyer of the pending constiuction to the fi-out 22 door of each residence ot� business that will be impacted by constiuction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 blocic in the project area. 26 1) Prepare flyer• on the Conh�actor's letterhead and include the following 27 information: 28 29 30 31 32 33 34 35 36 37 38 39 40 41 a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-houis phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Subinit schedule showing the construction start and �nish time for each blocic of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begiii on any block until the flyer is delivered to all residents of the blocic. 42 I. Public Notification of Temporaiy Water Service Interruption during Consttuction 43 l. In the event it beeomes necessaiy to temporarily shut down water service to 44 residents or busiuesses during construction, prepare and deliver a notice or flyer of 45 the pending interiuption to the fi•ont door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours pi•ior to the temporary 48 intel7•uption. CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ItOGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Project No. Ot468 39 40 41 42 43 44 45 46 013513-5 SPECIAL PROJLCT PROCGDURES Pagc 5 of b 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 [7 c. d. e. f. Prepare flyer on the conh•actor's letterhead and include the followiug information: 1) Name of the project 2) City Project Number 3) Date of the interivption of seivice 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number A sample of the temporaiy water service interruption notification is attached as Exhibit B. Deliver a copy of the temporary interruption notification to the City inspector for review prior to beivg distributed. No interruption of water seivice can occur until the flyer has been delivered to all affected residents and businesses. Elech-onic versions of the sample flyers can be obtained fi-om the Project Const�-uction Inspector. J. Coordination with United States Army Coips of Engineers (USACE) 17 18 19 20 At locations in the Project where constructioil activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Raih•oad Permit Areas 1. At locations in tbe project where constiuction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the i•ight-of-way and property of the Railroad Company from damage arising out of and/or fi•om the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the raih•oad's requirements. 3. Raih•oad Flagmen a. Submit receipts to City for veri�cation of working days that railroad flagmen were present on Site. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking l. Provide parlcing for employees at locations approved by the City. N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean Conshuction Speci�cation [if required for the project — verify with City] CITY Or FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMEI2Y/ RIP JOHNSON Revised Decembcr 20, 2012 City Project No. 01468 1 2 3 4 5 6 7 8 9 10 11 01 35 13 - E SPECIAL PROJECT PROCEDURES Pagc 6 of 8 l. Coinply with equipinent, operational, repoi•ting and enforcement requireinents set forth iu NCTCOG's Clean Constructioi� Specification. } 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit 15 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS PART 3— HARL�Y/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 014fi8 01 35 13 - 7 SPGCIALPROJGCTPROCLDURES Pagc 7 of 8 1 2 3 4 5 6 7 8 9 10 1l 12 13 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 3o OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CA�L (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CiTY OF FORT WORTH CULTURAL DISTRiCT/W(LL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Projcct No. 01468 O1 35 13 - 8 SPECIALPROJGCTPROCEDURES Pagc 8 of 8 1 2 EXHIBIT B FO,�T WORTH � Dete: DOE HO. XXXX ProJect Iiame: rIOTICE OF ?EMPORARY WA1'ER S�RVICE II�iTERRLiPTION DU� TO UTILIT'Y IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WAT�R SERVICE WILL BE INTERRUPT�D ON B�TW�EN THE HOURS OT AND IF YOU HAVE QU�STIONS ABOUT THIS SHUT-OUT, PLEAS� CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TEL�PHONE NUMB�R) OR MR. (CITY INSPECTOR) AT (TELGPHONE NUMBER) THIS INCONVENIENC� WILL BE AS SHORT AS PO5SIBLE. THANK YOU, CONTRACTOR 3 4 CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Project No. 01468 013543-I CON"1'AMINATGD MATERiAL HANDLING, LOADING,'IRANSPORTA'�ION AND DISPOSAL Page i of 8 1 2 3 SECTION O1 35 43 CONTAMINATED MATERIAL HANDLING, LOADING, TRANSPORTATION AND DISPOSAL 4 PART1- GENERAL 5 1.1 SUMMARY 6 7 8 9 10 il 12 13 14 15 16 17 1.2 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Section Includes L Handling, Loading, Transportation and Disposal of containinated soil areas as shown on the Drawings or as directed. B. Related Specification Sections include but are not necessarily limited to l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 31 23 16 — Unclassifed Excavation 4. Section 31 25 00 - Erosion and Sediment Control 5. Appendix A— GC-4.02 Subsurface and Physical Conditions 6. Appendix A— GC-4.06 Hazardous Environmental Conditions at Site PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Handling of Contaminated Materials a. Measureinent 1) Measm•ement for this Item shall be by linear foot of trench excavated where the excavated material is handled as a contaminated material. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Contaminated Soil Handling" c. The price bid shall include: 1) Peimitting 2) Professional Environmental Consultants 3) Excavation 4) Handling of contaminated materials a) Soil b) Water c) Vapor d) All other contaminated materials 5) Sampling 6) Stocicpiling 7) Testing 8) All incidentals to this section CITY OF FORT WORTH CULTURAL DISTRIC'I'/WILL ROGER, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 013543-2 CON'I'AMtNA'1'ED MATERIAL HANDLING, LOADING, TRANSPORTATION AND DISPOSAL Page 2 of 8 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 2. Contaminated Material Loading, Transportation, and Disposal a. Measurement 1) Measurement for this Item shall be by the cubic yard of loose Contaminated Soil as delivered the appi•opriate disposal facility and recorded by trucl< ticicet provided to the City. b. Payinent 1) The worl< performed and materials furnished in accordanee with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Contaminated Soil by Transported and Disposed of Quantity" delivered to the appropriate disposal facility and recorded by tntcic ticicet for: a) Contaminated Soil materials c. The price bid shall include: 1) Loading 2) Transporting or hauling material 3) Disposal of contaminated soil in approved special disposal site 4) Disposal of water and vapor in an approved disposal manner 5) Fees including, but not limited to; a) Landfill fees b) Transportation fees 6) Clean-up 23 1.3 REFERENCES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Abbreviations and Acronyms 1. OSHA — Occupational Safety and Health Administration 2. EPA — Environmental Protection Agency 3. NIOSH — National Institute of Occupation Safety and Health 4. TCEQ — Texas Commission on Environmental Quality 5. PID — Photo-Ionization Detector 6. FID — Flame Ionization Detector 7. TPH — Total Petroleum Hydrocarbons 8. BTEX — Benzene, Toulene, Ethylbenzene and Xylene 9. LEL — Lower Explosive Limit 10. CGI — Combustible Gas Indicator 11. ROW — Rights-of-Way B. Definitions C. Reference Standards 1. Reference standards cited in this Specifieation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Administration (OSHA) Standards and Regulations a. OSHA 1910.120 — Hazardous Materials 3. Enviromnental Protection Agency (EPA) Regulations 4. State of Texas Regulations CITY OF FOIZ"I' WORTH CULTURAL DISTRICT/WILL ROGER, PART 3— HARLEY/ MONTGOMEIZY/ RIP JOHNSON City Project No. 01468 O13543-3 CONTAMINATGll MATGRIAL HANDLING, LOADING, TRANSPORTA"I'lON AND DISPOSAI, Page 3 of 8 1 5. National Institute of Occupation Safety and Health (NIOSH) Regulations 2 6. Texas Commission on Enviromnental Quality (TCEQ) Regulations 3 1.4 ADMINISTRATIVE REQUIREMENTS 4 5 6 7 8 9 �(1�� A. The Contractor will provide the City with a Disposal Letter with accordance to Division O1. B. Coordination 1. The Contractor's Project Manager is responsible for the dissemination of the information contained in the Plan to all personnel assigned to the project, and to the responsible representative of each subcontractor firm working on the project. SUBMITTALS 11 A. Submittals shall be in accordance with Section O1 33 00. 12 B. All submittals shall be approved by tl�e City prior to excavation or handling of 13 contaminated soil. 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 15 16 17 18 19 20 21 22 23 24 25 26 1.7 A. Product Data B. Shop Drawings 1. Contaminated Material Plan including: a. Contact inforination for Environmental Professional Consultant b. Treated liquid discharge c. Handling and excavation methods d. Material stockpiling plan e. Permits £ Testing and contaminated materiat extents g. Material transportation plan h. Disposal site and certifications and location CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Excavation Safety 30 1. The Contractor shall be solely responsible for making all excavations in a safe 31 manner. 32 2. All excavation and related sheeting and bracing shall comply with the requirements 33 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 34 B. Site Project Manager and Safety Supervisor 35 1. Designate a Project Manager and a Health and Safety Supervisor for each project 36 Site. 37 a. Tl�e Project Manager and Healtl� and Safety Supeivisor will be responsible for 38 the maintenance of the Contaminated Materiai Plan. 39 b. The Project Manager has the authority to provide auditing of compliance, 40 suspension or rnodification of worlc practices, and CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGER, PA2T 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 o� 3sa3-a CONTAMWA"1'ED MATERIAL HANDLING, LOADING, TRANSPORTATION AND DISPOSAL Page 4 of 8 1 2 3 4 5 6 7 8 9 10 ll 2. The Project Manager Responsibilities: a. Dissemination of the infonnation contained in the Contaminated Material Plan to all personnel assigned to the project, and to the responsible representative of each subcontractor firm worlcing on the project. b. Immediate notification to Health and Safety Supervisor when suspect soil and/or groundwater are discovered during excavation. 1) If unanticipated impacted soil is encountered, excavation or other worlc in the affected area shall be stopped, and the area shall be cordoned off until an evaluation can be made by the appropriate environmental authorities. 2) If there is a perception of ilmninent threat to health, safety, or the enviromnent, call the Fire Department immediately. 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 l.11 I'IELD CONDITIONS 14 A. Existing Conditions 15 1. Any data which has been or may be provided on subsui-face conditions is not 16 intended as a representation or warranty of accm•acy or continuity between soils. It 17 is expressly understood that neither the City nor the Engineer will be responsible 18 for interpretations or conclusions drawn there fi•om by the Conh•actor. 19 2. Data is made available for the convenience of the Contractor. 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS [NOT USED] 22 PART 3 - EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT US�D] 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3.3 PREPARATION A. Safety Orientation/ Training 1. Field peisonnel will be responsible for the review of the Site plan before initiation of worlc The Health and Safety Officer will conduct a safety ineeting to review the plan. 2. Whenever a change of Site conditions occurs that may affect safety, tl�e Healtl� and Safety Officer or his/her designee will conduct additional meetings if appropriate. a. Changing Site conditions that may affect safety include the following: 1) Change of field personnel, 2) Change in worlc activity. 3) Change in weather conditions. 4) Site contamination (identified during the sampling process). 5) Visitors on-Site. 3. All training sessions, safety meetings, and safety briefings will be documented by the Health and Safety Officer or his designee. CITY OF FOR"1' WORTH CULTURAL DISTRICT/WILL ROGGR, PART 3— HARLEY/ MON'I'GOMERY/ RIP JOHNSON City Project No. 01468 01 35 43 - 5 CON"I�AMINA"I'ED MA"I�ERIAL HANDLING, LOADING, TRANSPORTATION AND DISPOSAL Page 5 of 8 a. Documentation will include a brief description of topics addressed. 2 3 4 5 6 7 8 9 10 11 12 13 4. All personnel engaged in the project inay potentially be exposed to low levels of soil containination due to past disposal activities at the Site. Based on the soil sample analysis, the potential chemicals of concern inciude the following: a. Petroleum 5. Due to the potential exposure levels at tl�is Site, the general guidelines presented in the Occupations Safety and Health Administration (OSHA) standard for Hazardous Waste Operations and Einergency Response (29 CFR 1910.120) shall be observed. a. This Site is not an uncontrolled hazardous waste site as defined by the standard and the proposed sampling woric, if necessaiy during construction activities, is not required to follow all of the requireinents outlined in the regulations. Medical surveillance as detailed in the OSHA standard will not need to be iinplemented for this project. 14 3.4 APPLICATION 15 A. Contaminated Material Identification 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. The Contractoi's Project Manager or authorized representative is required to notify the Health and Safety Supeivisor immediately when suspect soil and/or groundwater are discovered during excavation. a. If unanticipated impacted soil is encountered, excavation or other work in the affected area shall be stopped, and the area shall be cordoned off until an evaluation can be made by the appropriate environmental authorities. b. If there is a perception of imminent threat to health, safety, or the environment, call the Fire Department irrunediately 2. The Conh�actor shall have retained the services of an environmental consultant who shall be present at the site to screen suspect soil with a photo-ionization detector (PID) or a flame ionization detector (FID). a. The soil sample should be a recent sample from the excavation face. b. The sample should be stored in a laboratory supplied glass jar with a teflon gasket lined lid. c. Notify the City Department of Transportation and Public Works, Environmental Division will be notified prior to all sample collection and submittal to the cui7-ent testing laboratoiy identifed by the City. Pei-form all PID or FID tests in a confined location. d. Soils producing a reading of less than 20 ppm above ambient will not be considered potentially petroleum contaminated. The PID or FID shall be calibrated according to manufactures instructions. e. A reading of 20 ppm above ambient conditions or greater on PID or FID tested soil sample will be considered potentially petroleum contaminated. B. Handling Contaminated Solid Materials a. Sampling and evaluation of materials will be performed at the Contractor's expense. b. Contaminated Materials shall be handled, tested, observing all standard chain- of-custody procedures and sampling preservation and analyses shall conform to published and recognized standards. CITY OF FOR1' WORTH CULTURAL DISTRICT/WILL ROGGR, PAIZ'I' 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 01 35 43 - 6 CONTAMINATGD MATERIAL HANDLING, LOADING, TRANSPORTAT[ON AND DISPOSAL Page 6 of 8 1 c. The stocicpiled of Contaminated Materials shall be sampled and tested eveiy 50 2 cubic yards for Total Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, 3 Toulene, Ethylbenzene and Xylene (BTEX) (EPA 8020). All test results will be 4 forwarded to the City Department of Transportation and Public Works, 5 Environmental Division. 6 2. Contaminated Water 7 a. Water pumped fi•om the excavation or fi•om dewatering activities that has an 8 oily sheen, a hydrocarbon odor, or is otheitivise suspect, shall be considered 9 potentially petroleum contaminated. 10 b. Contaminated Water shall be handled, tested, and discharged in accordance 11 with the TCEQ's appropriate state regulation. Contaminated Water shall be 12 tested no later than 15 days prior to extraction. Contaminated Water shall, if 13 necessary, be treated in an appropriately sized oil/water separator, air stripper or 14 GAC canisters. Contractor shall have his testing laboratoiy determine that the I S oiUwater separator treated discharge is within the limits established by the 16 TCEQ's regulations before being allowed to discharge (discharge to sanitaiy 17 sewer). Contractor shall be responsible for furnishing the effluent test reports 18 to the City. 19 c. Alternatively, the Conh•actor may dispose of containinated water, after 20 appropriate pretreatment, into the sanitaiy sewer collection system. It shall be 21 the responsibility of the Cont�•actor to obtain the necessary permit(s) and to 22 perform all testing required by the City Pretreatment Seivices Division. 23 d. All treated water shall be discharged into a Conh�actor supplied Frac Tanlc, 24 sampled, and analyzed before discharge into the sewer system. 25 e. The product that is recovered shall be disposed of in accordance with all 26 applicable regulations. Any phase separate product recovered from the 27 oil/water separator and air stripper shall be transported in accordance with 28 Department of Transportation rules and regulations for flammable products. 29 When transporting product for disposal, transportation shall also be performed 30 by a licensed carrier. The Conh•actor is responsible for proper manifesting of 31 the material from the site to the waste disposal facility. Coinpleted Manifests 32 shall be returned to the City Department of Environmental Management within 33 90 days of shipment. 34 3. Vapor Concenh�ations 35 a. In order to maintain safe worlcing conditions, the vapor concenh�ations should 36 not exceed 20 percent of the Lower Explosive Limit (LEL). During 37 construction, measures should be talcen to maintain LEL levels below 20 38 percent in all worlting areas. 39 b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) 40 with a LEL/02 meter should continuously operate in the worlcing area. The 41 CGI should be properly calibrated and should have an alarm that sounds if 20 42 percent LEL is reached. Monitoring data from the GCI should be recorded 43 periodically to determine if ventilation or other methods are effective. In the 44 event local l�ealth and safety agencies require more stringent inonitoring, the 45 local regulations must be implemented. 46 C1TY OF FORT WORTH CULTURAL DISTRICT/WILL ROGER, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 01 35 43 - 7 CONt'AM1NA"1'LD MATERIAL HANDLING, LOADING, TRANSPOI2'I'ATION AND DISPOSAL Page 7 of 8 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 C. Storage l. Contaminated Solid Materials a. Within Existing Rights-of-Way (ROW) 1) Soil may be stocl<piled within existing ROW, easements or temporaiy consri-uction easements, unless specifically disallowed in the Contract Documents. 2) Do not block drainage ways, inlets or driveways. 3) Provide diked enclosure large enough to hold all material and prevent runoff. a) Diked area shali be lined with 20-30 mil plastic to prevent seepage into the existing soil 4) At the end of each work day and as needed due to weather, cover stocicpile with 20 mil plastic. 5) Provide erosion control in accordance with Section 31 25 00. 6) When the Work is performed in active traffic areas, store materials only in areas bai7•icaded as provided in the traffic control plans. 7) In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. b. Designated Storage Areas 1) If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary consh-uction easement, then secure and maintain an adequate storage location. 2) Provide an af�davit that rights have been secured to store the materials on private property. 3) Provide erosion control in accordance with Section 31 25 00. 4) Do not block drainage ways. 27 D. Loading, Transportation, and Disposal 28 1. Perform all Loading and Transportation in accordance with the Contaminated 29 Management Plan. 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Contaminated Materials shall be disposed of in a State of Texas approved disposal site for handling of special waste. 3. Any and all non-hazardous liquid and petroleum substance waste removed from the site of generation and transported for treatment and/or disposal must be accompanied by a waste shipment recordhnanifest detailing required generator, transported, destination and waste description information. a. Results may not be uniform throughout the entire site. 4. For all petroleum substance waste, the waste shipment record utilized shall be the TCEQ PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332). a. The Contractor shall be responsible for obtaining, originating and maintaining manifests in accordance with federal and state laws. b. The Conh•actor shall sign the manifests forms as Independent Contractor to the Owner. c. AUTHORIZATION OF PAYMENT FOR REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount of waste removed from the site and received by the n�eatinent/disposal facility. CITY OF FOI2T WOIZTH CULTURAL DISTRICT/WILL ROGER, f'ART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. O 1468 013543-8 CONTAMINATGD MATERIAL HANDLING, LOADING, TRANSPOR"I'ATION AND DISPOSAL P�ge 8 of 8 1 d. The Conh�actor shall immediately resolve any manifest discrepancies. 2 Completed Manifests shall be returned to the City Department of Enviromnental 3 Management within 90 days of shipinent. 4 3.5 [REPAIR] / [RESTORATION] [NOT USED] 5 3.6 R�-INSTALLATION [NOT USED] 6 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYST�M STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 310 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 �ND Or SECTION Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06] 16 CITY OF FORT WOR'I'H CULTURAL D1STR[C'1'/WILL ROGER, PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 014523-1 TESTING AND INSPECTION SERVICGS Page 1 of 2 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 SECTION O1 45 23 TESTING AND INSPECTION SERVICES A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidia�y to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Controi testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the �rst Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing l. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Rcviscd July l, 2011 CULTURAL DISTRICT/WILL ROGERS, PART 3 — HARLEY/MONTGOMERY City Project No. 01468 014523-2 TESTING AND INSPECTION SERVICES Pagc 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 m 20 21 2) Upload test reports to designated project directoiy and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of elech�onic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip ticicets for each delivered load of Concrete or Lime inaterial including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Iuspection or lacic of inspection does not relieve the Contractor fi�om obligation to perfarm worlc in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INI+ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT U5ED] 25 1.12 WARRANTY [NOT US�D] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF �ORT WORTH STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS Rcviscd July l, 2011 CULTURAL DISTRICT/WILL ROGERS, PART 3 — HARLEY/MONTGOMERY City Project No. 01468 ois000-i TEMPORARY FACILITIES AND CONTROLS Pagc 1 of4 1 2 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 1.2 A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporaiy utilities b. Sanitaiy facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 l. Worlc associated with this Item is considered subsidiaiy to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporaiy Utilities l. Obtaining Temporaiy Service a. Make arrangements with utility service companies for temporary seivices. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility seivices necessaiy for execution, completion, testing and initial operation of Worlc. 2. Water a. Contractor to provide water required for and in connection with Worlc to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. a Coordination 1) Contact City 1 week before water for construction is desired CITY OF G'ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/MONTGOMERY/ RIP JOHNSON Revised July I, 2011 City Project No. 01468 O1 5000-2 TEMPORARY FACIL[TIES AND CONTROLS Pagc 2 of 4 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 d. Contractor Payment for Construction Water 1) Obtain consh-uction water ineter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered seivice as required for Worlc, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporaiy power service or generator to inaintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone seivice at Site for use by Contractor personnel and others performing work or fui7lishing services at Site. 5. Temporaiy Heat and Ventilation a. Provide temporaiy heat as necessaiy for protection or completion of Worlc. b. Provide temporaiy heat and ventilation to assure safe working conditions. B. Sanitaiy Facilities Provide and maintain sanitaiy facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sailitaiy facilities by construction personnel at job site. a. Enclose and anchor sanitaiy facilities. b. No discharge will be allowed fi•om these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weelcly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Worlc Site and lceep clean and maintained throughout Project. 4. Reinove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatheiproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat aud orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with locicable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessaiy to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporaiy structures to provide drainage away fi•om temporaiy and existing buildings. 6. Remove building fi•om site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/MONTGOMERY/ RIP JOHNSON Reviscd July 1, 2011 City Project No. 01468 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 01 5000-3 TEMPORARY PACILITIES AND CONTROLS Page 3 of4 1. Contractor is responsible for maintainu�g dust control through the duration of the project. a. Contractor reinains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work fi�om damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED) 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION (NOT USED] 21 3.4 INSTALLATION 22 A. Tempora�y Facilities 23 L Maintain all temporaiy facilities for duration of constiuction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporaiy Facilities CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/MONTGOMERY/ RIP JOHNSON Revised July I, 2011 City Project No. 01468 o� s000-a TEMP012ARY FACILITIES AND CONTROLS Pagc 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Worlc, to a 2 condition equal to or better than prior to start of Worlc. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/MONTGOMERY/ RIP JOHNSON Rcviscd July l, 201 I City Project No. 01468 o� ss z� - � STREET USE PrRMIT AND MODIFICAT[ONS TO TRAFTIC CONTROL Pagc 1 of 3 1 2 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: 1. Adininistrative procedures for: a. Sh•eet Use Permit b. Modification of approved traffic control c. Reinoval of Street Signs B. Deviations fi�om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh•act 2. Division 1— General Requirements 3. Section 34 71 13 — Traf�c Control 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 L� Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Reference Standards 1. Reference standards cited in this specification refer to the cui7•ent reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic contirol plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traf�c Control. B. Street Use Perinit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plai7s to City Transportation and Public Works Department. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July I, 2011 City Project No. 01468 O1552G-2 STREET USG PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagc 2 of 3 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1) Allow a minimum of 5 worl<ing days for permit review. 2) Contractor's responsibility to coordivate review of Traffic Conhol plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traf�c Control l. Prior to installation traffic control: a. Submit revised traf�c control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 worlcing days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that constiuction is not delayed. D. Removal of Street Sign 1. If it is determiued that a street sign must be removed for constiuction, then contact City Transpoi�tation and Public Worics Departinent, Signs and Markings Division to remove the sign. E. Temporaiy Signage 1. In the case of regulatoiy signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffc Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When constiuction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Worlcs Department, Signs and Marlcings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Trafiic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.G ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] 32 33 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised July l, 2011 City Projcct No. 01468 01 SS26-3 STREET US� PGRMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE �a CITY OF �ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS PART 3— NARLEY/ MONTGOMERY/ RIP JOHNSON Revised July I, 2011 City Project No. 01468 015713-I STORM WATLR POLLUTION PREVENTION Page 1 of 3 � SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requireinents 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Speeification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Conshuction Conh•ols 1.4 ADMINISTRATIVE REQUIREMENTS A. General l. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised July l, 2011 City Projcct No. 01468 01 57 13 - 2 STORM WATGR POLLUTION PRGVGNTION Pagc 2 of 3 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 B. Constr�zction Activities resulting in: 1 2. 3 Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirernents 1) TCEQ Small Constntction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transpoi�tation and Public Worlcs, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment conh�ol in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimitiation System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Departinent of Transportation and Public Worlcs, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if malcing changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termivation can be submitted. a) Send copy to City Department of Transportation and Public Worlcs, Environmental Division, (817) 392-6088. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 I:�.y�.� . . . 1. Submit in accordance with Section O1 33 00, except as stated hereiu. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the Ciry Project Manager a) City Project Manager will forward to the City Departrnent of Transportation and Public Worlcs, Environmental Division for review CITY OF FORT WORTH CULTURAL DISTRICT/W[LL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Rcviscd July 1, 2011 City Projcct No. 01468 015713-3 STORM WATEIt POLLUTION PRGVGNTION Pagc 3 of 3 I B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modi�ed SWPPP to the City 3 in accordance with Section O1 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 L8 MAINTENANC� MATERIAL SUBMITTALS [NOT US�D] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 l.11 FIELD [SIT�] CONDITIONS [NOT USED) 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OT FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised July 1, 2011 City Projcct No. 01468 015813-1 TEMPORARY PI20JLCT SIGNAGG Pagc I of 3 1 2 3 PARTl- GENERAL SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specificatiou Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiaiy to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 l.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPM�NT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 l. Provide fi-ee standing Project Designation Sign in accordance witb City's Standard 31 Details for project signs. CITY OF rORT WORTH CULTURAL DISTRICT/WILL ROG�RS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July l, 2011 City Projcct No. 01465 01 58 13 - 2 TEMPORARY PROJECT SIGNAGG Pagc 2 of 3 1 2 3 4 5 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 � 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Slcids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CL�ANING [NOT US�D] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROT�CTION [NOT US�D] 3.13 MAINTENANC� A. General L Maintenai�ce will include paintii7g and repairs as needed or directed by the Ciry. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY O[' FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised h�ly l, 2011 City Projcc[ No. 01468 015813-3 TENtPORARY PROJGCT SIGNAGL Pagc 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS PART 3— HARL�Y/ MONTGOMERY/ RIP JOHNSON Revised July 1, 2011 City Projcet No. 01468 016000-1 PRODUCT REQUIREMGNTS Pagc 1 of 2 1 2 3 PART1- GENERAL Ci��.`11JT�1► ��� SECTION O1 60 00 PRODUCT REQUIREMENTS 5 A. Section Includes: 6 L References for Product Requirements and Ciry Staiidard Products List 7 B. Deviations fi•om this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Speci�cation Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A list of City approved products for use is located on Buzzsaw as follows: l. Resom•ces\02 - Constniction Documents\Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reseives the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O l 33 00 for subinittal requireinents of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Dccember 20, 2012 City Project No. O14C8 o� �000-a PRODUCT REQUIREMGNTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 l.l l FIELD [SITE] CONDITIONS [NOT USED] 3 112 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF rORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIr[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 Ol 6( 00 - I PRODUCT STORAGI; AND HANDLING REQUIREMENTS Page 1 of 4 i 2 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 A. Section Includes: l. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage fi-om: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are uot necessarily limited to: l. Division 0— Bidding Requirements, Contract Forms and Conditions of tbe Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Worlc associated with this Item is considered subsidiaiy to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 27 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY AND HANDLING A. Deliveiy Requirements 1. Schedule deliveiy of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate persoimel and equipment to receive deliveries. 3. Deliveiy ti-ucics will not be permitted to wait extended periods of time on the Site for persomlel or equipment to receive the delivery. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July 1, 2011 City Project No. 01468 016600-2 PRODUCT STORAGE AND HANDL[NG REQUIREMENTS Pagc 2 of 4 1 4. Deliver products or equipmeut in manufacturer's original unbrolcen cartons or other 2 containers designed and constructed to protect the contents fi�om physical or 3 environmenYal damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instiuctions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 lnanufacturer's recommendations and instructions. 10 11 12 13 14 15 16 17 C. Storage Requirements l. Store inaterials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessaiy provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incoiporated into Worlc to prevent damage to any part of Worlc or existing facilities and to maintain fi�ee access at all times to all parts of Worlc and to utility service company iustallations in vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause miniinum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on const�uction site for storage of material and 23 equipment as shown on Drawings, or approved by Ciry's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 28 29 30 31 32 33 34 35 36 37 38 . 9. 10 6. Do not use lawns, grass plots or other private property for• storage purposes without written permission of owner or other person in possession or control of premises. Store in manufacturers' unopened containers. Neatly, safely and compactly stacic materials delivered and stored along line of Worlc to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet fi�om �re hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewallcs, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of constiuction at one time is 1,000 linear feet, unless otherwise approved in wt�iting by City's Project Representative. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July l, 2011 City Project No. 014C>8 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of4 1 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 INSTALLERS [NOT USED] 3.2 �XAMINATION (NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Confoiming Work l. Reject all products or equipment that are damaged, used or in any other way unsatisfacto�y for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment fi•oin exposw•e to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July I, 2011 City Project No. 01468 Ol 6600-4 PRODUCT STORAGG AND HANDLING REQUIREMENTS Pagc 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OE i'ORT WORTH CULTURAL DiSTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July 1, 2011 City Projcct No. Oi468 o��000-� MOF3ILIZATION AND REMOBILIZATION Pagc 1 of 4 � 3 PART1- GENERAL SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 � 3 Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's persoilnel, equipment, and operating supplies to the Site 2) Establishment of necessaiy general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. Remobilization a. Remobilization for Suspension of Work speciiically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Worlc. b) Site Cleau-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessaiy to resume the Work. b) Establishment of necessaiy general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization fi•om one location to another on the Site in the noimal progress of performing the Worlc. b) Stand-by or idle tiine c) Lost pro�ts Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WOI2TH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON Revised December 20, 2012 City Project No. 01468 oi �000-z MOBILIZAT[ON AND REMOBILIZATION Pagc 2 of 4 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 1) Mobilizatioil shall consist of the activities and cost on a Work Order basis uecessaiy for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Worlc Order. b) Establishment of necessaiy general facilities for the Conh�actor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessaiy for: a) Transportation of Contractor's personnel, equipinent, and operating supplies fi•om the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Worlc Order c) Removal of all buildings or other facilities assembled at the Site for each Worlc Oder b. Mobilization and Demobilization do not iuclude activities for specific items of worlc for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Worlc Order. 19 B. Deviations fi•om this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily liinited to: 22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Conh�act 23 2. Division 1— General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The worlc performed aud materials furnished in accordance with this Item are subsidiaiy to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Worlc as speci�cally required in the Contract Documents a. Measurement 1) Measuremevt for this Itein shall be per each remobilization pei-formed. b. Payment 1) The worlc perfoiined and materials furnished in accordanee with tl�is Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Reinobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments wiil be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Projcct No. 014(8 01 70 00 - 3 MOB[LIZATION AND REMOBILIZATION Pagc 3 of 4 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordauce with Article 10 of Section 00 72 00. 2) No payinents will be made for standby, idle time, or lost profits associated with this Itein. 4. Mobilizations and Demobilizations %r Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Conh•act Documents b. Payment 1) The Worlc performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Worlc Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiaiy to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiaiy to inobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OP I�ORT WORTH CULTllRAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON Revised December 20, 2012 City Project No. 01468 oi �000-� MOBILIZATION AND RGMOBILIZATION Pagc 4 of 4 1 111 FI�LD [SIT�] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Revised Deccmbcr 20, 2012 City Project No. 014C8 017123-I CONSTRUCTION STnKING AND SURVGY Pagc 1 of4 1 2 3 PART1- GENERAL 4 l.l SUMMARY SECTION O1 71 23 CONSTRUCTION STAKING AND SURVEY 5 A. Section Includes: 6 1. Requireinents for construction stalcing and const�uction survey 7 B. Deviations fi•om this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract ll 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Consh-uction Staking 15 a. Measurement 16 1) This Item is considered subsidiaiy to the various Items bid. 17 b. Payment 18 1) The worlc performed and the materials furnished in accordance with this 19 Item are subsidiaiy to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Suivey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The worlc performed and the materials furnished in accordance with this 26 Item are subsidiaiy to the various Items bid and no other compensation wili 27 be allowed. 28 1.3 REFER�NCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section O1 33 00. 32 B. All submittals shall be approved by the City prior to deliveiy. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevatious and locations of improvements are ii1 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OP FORT WORTH CULTURAL D[STRICT/WILL ROGERS STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Revised Deccmbcr 20, 2012 City Project No. 01468 01 71 23 - 2 CONSTRUCTION STAKING AND SURVGY Pagc 2 of4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering worlc. 3 1.7 CLOS�OUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Stalcing 7 1. Construction stalcing will be performed by the City. 8 2. Coordivation 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Stalcing. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 3. General a. Contractor is responsible for preseiving and maintaining stalces furnished by City. b. If in the opinioil of the City, a sufficieut number of stalces or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Worlc cannot talce place, then the Contractor will be required to pay the City for new staking with a 25 percent marlcup. The cost for staking will be deducted fi•om the payinent due to the Contractor for the Project. B. Constiuction Suivey 1. Construction Suivey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction suivey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any conh•ol data ueeds to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Constiuction suivey will be performed in order to maintain complete and accurate logs of control and suivey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to pei�orm eonst�-uction survey to obtain conshuction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Eveiy 250 linear feet CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 01468 Ol 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Pagc 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c � (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-eizd lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at tl�e following locations: (a) Eveiy 2501inear feet (b) Horizoiltal and vertical points of inflection, cuivature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Eveiy 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarlcs and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of tbe work and the coi7•ection of it, as required. 7) Monitor line and grade continuously during const�uction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 49 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 014(8 01 71 23 - 4 CONSTRUCTION STAKING AND SURVGY Pagc 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 L12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 12EPAIR / RESTORATION (NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oa] SITE QUALITY CONTROL 12 A. It is the ContracYor's responsibility to inaiutain all stalces and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stalces or control data without approval fi•om the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USEDJ 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHM�NTS [NOT US�D] 22 23 END OI' SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 24 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMEIZY/ RIP JOHNSON Revised Deccmbcr 20, 2012 City Project No. 01468 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 01 74 23 - I CLGANING Pagc 1 of4 SECTION O1 74 23 CLEANING 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment L Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requireinents 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIP'ICATION DOCUML'NTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July l, 2011 City Project No. 01468 01 74 23 - 2 CLEANING Pagc 2 of4 1 L11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 12 A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaininated 3. For mauufactured surfaces a. Material recommended by mamifacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 12E-INSTALLATION [NOT USED] 20 3.7 FIELD [o►z] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 24 25 26 27 28 29 30 31 32 3.10 CLEANING A. Geveral 1. Prevent accuinulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do uot dispose of volatile wastes such as mineral spirits, oil or paint thirmer in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July 1, 201 I City Project No. 01468 01 74 23 - 3 CLEANING Pagc 3 of4 1 6. Handle materials in a controlled mailner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to collstructioil 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of persoimel in existing facility operations. 2. At maximum weekly inteivals, dispose of waste materials, debris and �ubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to preveut blowing by wind b. Store debris away fi-om construction or operational activities c. Haul fi-om site at a miniinum of once per week 4. Vacuum clean interior areas when ready to receive �nish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to stoim events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning l. Remove grease, mastic, adhesives, dust, dirt, stains, fingeiprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mii7•ors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Cleau permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control rooin floors. D. Exterior (Site or Right of Way) Final Cleaning l. Remove trash and debris containers fi•om site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPGCIrICAT10N DOCUMGNTS PA[tT 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July l, 20ll City Project No. 01468 I 2 3 4 5 6 7 8 9 O17423-4 CLEANING Pagc 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control fi•om site. 5. Clean signs, lights, signals, etc. 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE f[17 CITY OF FORT WOItTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July l, 2011 City Project No. 01468 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 017719-I CLOSEOUT I2EQUIREMENTS Pagc 1 of 3 SECTION O1 77 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiaiy to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims L No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd July 1, 2011 City Project No. 01468 oi �� ��-2 CLOSEOUT RLQUIIZEMENTS Pagc 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, subinit: 10 1. Project Record Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 � B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Worlc is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Worlc is defective or incomplete. 2. Upon receiving written notice fi•om the City, immediately undertalce the Worlc required to remedy deficiencies and complete the Worlc to the satisfaction of the City. 3. Upon completion of Worlc associated with the items listed in the City's writteu notice, inform the City, that the required Worlc has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will malce a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessoiy items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all cheinical tanlcs and fuel tanics d. Lightbulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH CULTURAL DISTRICT/WiLL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised July I, 2011 City Project No. 01468 017719-3 CLOSEOUT REQUIREMENTS Pagc 3 of 3 1 2 3 4 5 6 7 8 9 10 Il 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the Ciry will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the Ciry Project Representative to complete the following additional foims: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Perfoi7nance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CULTURAL DISTRICT/W1LL I20GER9, STANDARD CONSTRUCTION SPECIP[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July 1, 2011 City Project No. 014C>8 Ol 78 23 - 1 OPLRATION AND MA[NTENANCE DATA P�gc 1 of 5 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 SECTION O1 78 23 OPERATION AND MAINTENANCE DATA A. Section Includes: 1. Product data and related infoi•mation appropriate for City's maintenance and operation of products furnished under Conh�act 2. Such products may include, but are not limited to: a. Traf�c Controllers b. Ii7igation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requu•ements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIR�MENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section Ol 33 00 . Ali submittals shall be 28 approved by the City prior to deliveiy. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form l. Prepare data in form of an instructional manual for use by City personnel. 2. Fonnat a. Size: S'/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH CllLTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmbcr 20, 2012 City Project No. 01468 01 78 23 - 2 OPGRATION AND MAINTENANCE DATA Pagc 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 3 � 0 Drawings 1) Provide reiuforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. Provide fly-leaf for each separate product, or each piece of operating equipinent. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate stiucture as applicable c) Identity of general subject matter covered in the manual 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 e. f. Binders a, Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. If available, provide an electronic foi•in of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each voluine, arranged in systematic order a. Contractor, name of responsible principal, address and telephoue number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying syinbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly ideutify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessaiy to clearly illustrate: 1) Relatious of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Docuinents to assure coi7•ect illustration of coinpleted installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installatiou: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. C1TY OF FORT WORTH CULTUI2AL DtSTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Revised Decembcr 20, 2012 City Project No. 01468 017823-3 OPERATION AND MAINTENANCE DATA Pagc 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Copy of each warranry, bond and service contract issued a. Provide information sbeet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes l. Submit 5 copies of complete manual in final foim. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instiuctions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Inshuctions for inspection, maintenance and repair D. Manual for Equipment and Systems l. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appi•opriate: a. Description of unit and component parts 1) Function, noimal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instiuctions 2) Regulation, control, stopping, shut-down and emergency insh-uctions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "t�•ouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instiuctions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls inanufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Project No. 01468 O1 78 23 - 4 OPLRATION AND MAfNTGNANCE DATA Pagc 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3 L! J lc. Content, for each electric and electronic systein, as appropriate: a. Description of system and component parts 1) Function, noi7nal operating characteristics, and limitiilg conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and coinmercial nuinber of replaceable parts b. Circuit directories of panelboards 1) Electrical seivice 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequencesrequired 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "ti�ouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checicing £ Manufacturer's printed operating and maintenance instructions g. List of original manufacturer�'s spare parts, manufacturer's cui7•eilt prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications Prepare and include additional data when tl�e need for such data becomes apparent during instruction of City's personnel. Charts of valve tag numbers, with location and function of each valve List of original manufacturer's spare parts, inanufachirer's current prices, and recominended quantities to be maintained in storage Other data as required under pertinent Sections of Specifications 30 1.7 CLOSEOUT 5UBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D] 32 1.9 QUALITY ASSURANC� 33 A. Provide operation and maintenance data by personnel with the followiiig criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Slcilled as technical writer to the extent required to communicate essential data 36 3. Slcilled as draftsman competent to prepare required drawings CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Dccembcr 2Q 2012 City Projcct No. 01468 O17823-5 OPERATION AND MAINTGNANCG DATA Pagc 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 L12 WARRANTY [NOT iJSED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] � 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.S.A.1 — title of section removed 8 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Project No. 01468 Ol 78 39 - I PROJL'CT RECORD DOCUMGNTS Pagc 1 of4 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1.1 SUMMARY SECTION O1 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Worlc associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations fi•om this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections iliclude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l. Warlc associated with this Item is considered subsidiaiy to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 34 35 36 1.9 QUALITY ASSURANCE A. Accuracy of Records l. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entiy is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained fi•om the approved Project Record Documents. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd July l, 2011 City Project No. 01468 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 16 3. To facilitate accuracy of records, lnalce enn•ies within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding a11 aspects of the Worlc, both concealed and visible, to enable future modi�catiou of the Worlc to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected fi•om deterioration and fi�om loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessaiy to again secure the data to the City's approval. a. In such case, provide replacements to the standards originaily required by the Contract Documents. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 20 21 22 23 24 25 26 27 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure fi�om the City, at no charge to the Conh•actor, 1 complete set of all Documents comprising the Cont�•act. B. Final Record Documeuts 1. At a time nearing the completion of the Worlc and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PItEPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Itevised July 1, 20ll City Project No. 01468 01 78 39 - 3 PROJECT RECORD DOCUMGNTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2 "c3 Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set inust be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entiy of new data and for review by the City, until start of transfer of data to final Project Record Docuinents. c. Maintain the job set at the site of work. Coordination with Construction Suivey a. At a minimum, in accordance with the intervals set forth in Section Ol 71 23, clearly marlc any deviations fi�oin Contract Documents associated with installation of the infi•astructure. 4. Making entries on Drawings a. Record any deviations fi•om Contract Documents. b. Use an erasable colored pencil (uot ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entiy by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, ai7•angeinents of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may requir•e accurate information as to the �nal physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each iun of items. 1) Final physical an•angement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Malce all identification sufficiently descriptive that it may be related reliably to the Speci�ications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conveision serves no useful puipose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents L Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the coi7esponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during constructiou, and the actual location of items. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised July 1, 2011 City Project No. 01468 01 78 39 - 4 PROJECT RrCORD DOCUMENTS Pagc 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 c. Call attention to each entiy by drawing a"cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper inedia to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Docuinents, other than Drawings, have been lcept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document fi-om the City at flie Ciry's usual charge for reproduction and handliizg, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED� 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] _I �1►`I 17�] 0[.��JI _Y_ [�1►`I Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July 1, 2011 City Project No. 01468 330520-1 AUGER BOR[NG Page 1 of 7 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY SECTION 33 OS 20 AUGER BORING 5 A. Section Includes: 6 l. Minimum requirements for auger boring using 48-incl� and sinaller casing pipe with 7 lengths less than 350 feet for installatiov of the Proposed Water Line D fi•om 8 Station 8+92 to 9+29 ,,..�„, �,,,..,.:,,,,� ��,,,.,,., ,,, .�,� r,,.,,..,:,,,.� 9 B. Deviations fi-om this City of Fort Worth Standard Specification 10 1. Modified 1.1A.1 11 C. Related Specificatiou Sections include, but are not necessarily limited to: 12 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 13 Conh•act 14 2. Division 1— General Requirements 15 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 16 4. Section 33 OS 22 — Steel Casing Pipe 17 1.2 PRICE AND PAYMENT PROCEDURES 18 19 20 21 22 23 24 25 1.3 26 27 28 29 30 31 32 33 1.4 34 35 36 A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to steel casing pipe construction. 2. Payment a. The worlc performed aud materials furnished in accordance with this Item are subsidiaiy to the unit price bid per linear foot of By Other Than Open Cut to be complete in place, and no other compensation will be allowed. REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is speci�cally cited. 2. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Unde�ground Constiuction, 29 CFR Part 1926, Subpart S, Underground Constiuction aud Subpart P, Excavation. ADMINISTRATIVE REQUIREMENTS A. Pre-installatiou 1. Provide written notice to the City at least 3 workings days in advauce of the planned launch of auger boring operations. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Project No. 01468 330520-2 AUGER BORING Pagc 2 of 7 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section O1 33 00. 3 B. All submittals shall be approved by the City prior to deliveiy. 4 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 � 27 A, Qualifications 1. Conri�actor a. All boring worlc shall be performed by an experienced subcontractor or Contractor who has at least 5 years of experience in performing tunneling worlc and has compieted at least 5 boring projects of siinilar diameter and ground conditions. 1) At least 1 of the projects shall have an individual boring length equal to or greater in length than the longest tunnel on this project. 2) Submit details of referenced projects including owner's name and contact infonnation, project superintendent and machine operators. b. The project superintendent shall have at least 5 yeais of experience supervising boring construction. 1) The Contractor may be required to submit details of referenced project including owner's name, contact information and project superintendent. c. The site safety representative and personnel responsible for air quality monitoring shall be experienced in tunnel constiuction and shall have current certification by OSHA. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 F'IELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 21 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Description 32 1. Steel Casing Pipe shall be in accordance with Section 33 OS 22. 33 2. Tunnel Liner Plate is not permitted for use with Auger Boring. 34 B. Design Criteria 35 l. Design excavation methods and spoil conveyance system for the full range of 36 ground conditions described in the Geotechnical Reports anticipated 37 2. Tolerance 38 a. Pressurized Carrier pipe CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Dcccmbcr 20, 2012 City Project No. 01468 330520-3 AUGER BORING Pagc 3 of 7 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2.3 1) Lateral or vertical variation in the �ual position of the pipe casing fi•om the line and grade established by the Drawings shall be permitted only to the extent of 1 inch in 10 feet provided that such variation shall be regular and only in the directioi� that will not detrimentally affect the function of the carrier pipe and clearances fi•om other underground utilities or struetures. b. Gravity Carrier Pipe 1) Lateral variation in the final position of the pipe casing fi-om the line and grade established by the Drawings shall be permitted only to the extent of 1 iuch in 10 feet provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe and clearances fi-om other underground utilities or structures. 2) Grades shown on Drawings must be maintained vertically. 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities or surface features (i.e. pavement, stiuctures, railroad tracks, etc.) b. Repair any damage caused by ground movements at no cost to the City. ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 26 27 28 29 30 31 32 33 34 35 A. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in accordance with Division 1. 1) Repair damage to existing utilities resulting fi•om exeavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicable. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Specifcations. 36 3.4 INSTALLATION 37 A. Generai 38 1. Immediately notify the Ciry if any probleins are encountered with equipment or 39 materials or if the Contractor believes the conditions encountered are materially and 40 significantly different than those represented within the Contract Documents. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 2Q 2012 City Project No. 01468 33 OS 20 - 4 AUGGR BORING Pagc 4 of 7 1 2. Where pipe is required to be installed under railroad embanlcments or uuder 2 highways, streets or other facilities, construction shall be performed in such a 3 inaimer so as to not interfere with the operation of the raih•oad, street, highway or 4 other facility, and so as not to wealcen or damage any embai�lcment or structure. 5 3. During construction operations, furuish and maiutain barricades and lights to 6 safeguard traffic and pedestrians uutil such time as the bacicfill has been completed 7 and then remove fi•oin the site. 8 4. Properly manage and dispose of groundwater inflows to the shafts in accordance 9 with requirements of specifications and all permit conditions. 10 a. Discharge of groundwater inflow into sanitary sewers is not allowed without 11 proper approval and permits. 12 5. Furnish all uecessaiy equipment, power, water and utilities for tunneliug, spoil 13 removal and disposal, grouting and other associated worlc required for the methods 14 of construction. IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 6. Proinptly clean up, remove and dispose of any spoil or slurty spillage. 7. Do not disturb roadways, railroads, canal channels, adjacent stiuctures, landscaped areas or existing utilities. a. Any damage shall be immediately repaired to original or better condition and to the satisfaction of the Engineer or permit grantor at no additional cost to the City. 8. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent structures, operate with a full crew 24 hours a day, including weelcends and holidays, without interiuption, until those conditions no longer jeopardize the stability of the Worlc. 9. Notify the Texas One Call system (800-245-4545) to request marlciug of utilities by utiliry owners / operators that subscribe to One Call, aud shall individually notify all other lcnown or suspeeted utilities to request marlcing of these utilities. a. Confir•m that all requested locates are made prior to commencing boring operations. b. Visually confirm and stalce necessaiy existing lines, cables, or other underground facilities including exposing necessaiy crossing utilities and utilities within 10 feet laterally of the designed tunnel. c. Control drilling and grouting pr•actices to prevent damage to existing utilities. B. Boring Methods 35 1. Tunnel liner plate shall not be used for auger boring. 36 2. The Contractor shall be fully responsible for insuring the methods used are 37 adequate for the protection of worlcers, pipe, property and the public and to provide 38 a finished product as required. 39 40 3. Blasting is not allowed. C. Pits and Trenches 41 L If the grade of the pipe at the end is below the ground surface, suitable pits or 42 trenches shall be excavated for the purpose of conducting the jacicing operations 43 and for placing end joints of the pipe. 44 2. Wherever end trenches are cut iu the sides of the embanlcment or beyond it, such 45 worlc shall be sheeted securely and braced in a ma�er to prevent earth from caving 46 in. CITY OF �ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Project No. 01468 330520-5 AUGER BORING Pagc 5 of 7 1 3. The location of the pit shall meet the approval of the City. 2 4. The pits of trenches excavated to facilitate these operations shall be bacicfilled in 3 accordance with Section 33 OS 10 immediately after the casing and carrier pipe 4 installation has been completed. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 D. Boring 1. Install steel casing pipe by boring hole with the earth auger and simuitaneously jacking pipe into place. 2. The boring shall proceed fi-oin a pit provided for the boring equipment and workinen. 3. Pilot Hole, required for 24-inch and larger casings a. 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 fi•om the work pit. b. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. c. Other methods of maintaining line and grade on the casing may be approved if acceptable to the Engineer. d. Placed excavated material near the top of the working pit and disposed of as required. 1) If no room is available, immediate haul off is required. 4. The use of water or other fluids in connection with the boring operation will be permitted only to the extent required to lubricate cuttings. a. Jetting or sluicing will not be permitted. 5. 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: a. Consolidate cuttings of the bit b. Seai the walls of the hole c. Furnish lubrication for subsequent reinoval of cuttings and installation of the pipe iinmediately thereafter 6. Allowable variation fi•om the line and grade shall be as specified in this Specification. 7. All voids in excess of 2 inches between bore and outside of casing shall be pressure grouted. 34 E. Contact Grouting 35 1. Contact grout any voids caused by or encountered during the boring. 36 a. Modify equipment and procedures as required to avoid recurrence of excessive 37 settlements or damage. 38 39 40 41 42 43 44 F. Coutrol of Line and Grade L Monitor line and grade continuously during boring operations. a. Record deviation with respect to design line and grade once at each casing joint. 2. If the pipe installation does not meet the specified tolerances, correct the installation, including any necessary redesign of the pipeline or structures and acquisition of necessary easements. CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPEC[PICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmber 20, 2012 City Project No. 01468 330520-( AUGER t30RING Pagc 6 of 7 3.5 CLEANUP AND RESTORATION 2 3 4 5 6 7 8 9 10 11 12 13 A. After completion of the boring, all constiuction debris, spoils, oil, grease and other materials sl�all be removed fi�om the pipe, pits and all worlc areas. B. Restoration shall follow construction as the Woric progresses and shall be coinpleted as soon as reasonably possible. 1. Restore and repair any damage resulting fi•om surface settlement caused by shaft excavation or boring. 2. 3. 4. Any property damaged or destroyed shall be restored to a condition equal to or better than existing prior to construction. Restoration shall be completed no later than 30 days after boring is complete, or earlier if required as part of a permit or easement agreement. This provision for restoration shall include all property affected by the construction operations. 14 3.6 R�-INSTALLATION [NOT US�D] 15 3.7 SIT� QUALITY CONTROL 16 A. Field Tests and Inspections 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. Allow access to the City and furnish necessaiy assistance and cooperation to aid in the obseivations, measurements, data and sample collection, including, but not limited to the following: a. The City shall have access to the boring system prior to, during and following all boring operations. b. The City shall have access to the tumleling shafts prior to, during and following all boring operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City shall have access to spoils removed fi•om the boring excavation prior to, during and following all boring operations. 1) The City shall be allowed to collect soil samples fi•om the mucic bucicets or spoil piles a minimum of once eveiy 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. B. Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Worlc in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requireinent. 2. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic, and air powered equipment are acceptable, subject to applicable local, State and Federal regulations. 3. Fuinish and operate a temporaiy ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROCERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Deccmber 20, 2012 City Project No. 01468 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 IS 16 17 18 19 20 �I 22 33OS20-7 AUGER BORING Pagc 7 of 7 b. Ventilation system shall provide a suf�cient supply of fi-esh air and maintain an atmosphere fi•ee of toxic or flammable gasses in all underground work areas. 4. Perform all worlc in accordance with all current applicable regulations and safety requirements of the Federal, State and Local agencies. 5. Coinply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Uvderground Construction and Subpart P, Excavations. a. In the eveut of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency haviilg jurisdiction. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT LJSED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOM�RY/ RIP JOHNSON Rcvised Deccmber 20, 2012 City Project No. 01468 330522-I Stcel Casing Pipc Pagc 1 of 7 0 �a 3 PART1-GENERAL SECTION 33 OS 22 STEEL CASING PIPE 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Minimum requirements for manufacturing, fnrnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 B. Deviations from this City of Fort Worth Standard Specification 1. Added new 1.1 C 7 2. Added new 1.2 A 2 c 5) - 7� 3. Added 1.3 B 4. Modified 3.4 A 5. Modified 3.4 C C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 OS 20 — Auger Boring 5. Section 33 OS 23 — Hand Tunneling 6. Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 7. Section 33 OS 28 — Pilot Tube Guided Barin� 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment: 26 1. Open Cut 27 a. Measurement 28 1) Measured horizontally along the surface for length of Steel Casing Pipe 29 installed 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under "Measurement" will be paid for at the unit 33 price bid per linear foot of "Casing, By Open Cut" installed for: 34 a) Various Sizes 35 c. The price bid shall include: 36 ' 1) Furnishing aud installing Steel Casing Pipe as speci�ed by the Drawings 37 2) Mobilization 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess material 42 7) Furnishing, placement, and compaction of embedment 43 8) Fuiilislung, placement, and compaction of backfill CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARL�Y/ MONTGOMERY/ RIP JOHNSON Rcviscd Deccmbcr 20, 2012 City Project No. 01468 330522-2 Stccl Casing Pipc Pagc 2 of 7 1 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 9) Clean-up 2. By Other than Open Cut: a. Measurement: 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payinent: 1) The worlc performed and materials furnished in accordance with this Item aud measured as provided uuder "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tuunel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The worlc perfoi7ned and materials fui7lished in accordance with tl�is Itenz and measured as provided under "Measurement" will be paid for at the unit price bid per liuear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Fui�ishing and installing Steel Casing Pipe as specified by the Drawings and associated sections. 2) Mobilization 3) Launchiug shaft 4) Receiving shaft 5) Water Control 6) Portal Stabilization 7) Contact Groutin� 8) Pavement removal 9) Excavation 10) Hauling 11) Disposal of excess material 12) Fui�ishing, placement, and compaction of bacl�ll 13) Clean-up 1.3 REFERENCES A. Refereuce Standards: 33 1. Reference standards cited in this Specificatiou refer to the cui7ent reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. ASTM International (ASTM): 37 38 39 40 41 42 43 44 45 a. A139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Worlcs Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. B. Reference Documents: 1. "Geotechnical En�ineering Report — Report 103-12-144-1 Cultural District Water and Sewer Improvements Phase 1 Harley Avenue at Mont og inery Street Fort Worth, Texas", CMJ Engineering, Inc., October 18, 2012. CITY OF FORT WOI2TH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 330522-3 Stccl Casin� Pipc Pagc 3 of 7 1 2 3 G� 2. "Environmental Report, Report — City of Fort Worth Harley Ave Phase 2 Paving and Draina.�e Iinprovements Mont og inery Street aud Harley Ave, Fort Worth Texas W&M Project No. 823.010", W& M Environmental Group, Inc., Januaiy 15, 2013. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be made in accordance with Section O1 33 00. 7 B. All submittals shall be approved by the Engineer or the City prior to deliveiy. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Product Data 1. Exterior Coating a. Material data b. Fieldtouch-up procedures 2. Interior Coating a. Material data b. Fieldtouch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3s 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING 38 A. Deliveiy, Handling, and Storage: 39 1. Prior to deliveiy of the pipe, end/internal bracing shall be furnislied and installed, 40 as recoirunended by the manufacturer, for protection during shipping and storage. 41 2. Deliver, handle and store pipe in accordance with the Manufacturer's 42 recommendations to protect coating systems. C1TY OF �ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Deccmber 20, 2012 Gity Projcct No. O1468 33 OS 22 - 4 Stccl Casing Pipc Pagc 4 of 7 2 3 1.11 FIELD [SITE] CONDITIONS (NOT US�D] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended treuchless method. 2. For Steel Casing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacicing loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping aud other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and sigued by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacicing capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thicicness as follows: Casing Pipe Diameter Minimum Wall Thicicness (inches) (inches) 14 — 18 .3125 (5/16) 20 — 24 .375 (3/8) 26 — 32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 .6875 (11/16) Greater than 48 Project specific design 25 26 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently 27 install the required carrier pipe with casing spacers as i•equired in Section 33 OS 24. 28 a. Allowable casing diameters are shown on the Drawings for each crossing. 29 5. Furnish in lengths that are compatible with Conh�actor's shaft sizes and allowable 30 woi�lc areas. CITY OF FORT WORTH CULTURAL D[STRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Reviscd Dcccmbcr 20, 2012 City Projcct No. 01468 330522-5 Stccl Casing Pipc Pagc 5 of 7 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at inteivals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a inanner that will not materially affect the st�engtl� of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without lealcing. B. Materials 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. All steel pipe shall have square ends. a. The ends of pipe sections shall not vaiy by more than 1/8 inch at any point fi•om a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of � 2'/z degrees and with a width of root face 1/16 inch � 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those speci�ed above. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd December 20, 2012 City Projcct No. OI4C>8 330522-6 Stcel Casing Pipc P1gc 6 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURC� QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 31 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 OS 9 20 or Section 33 OS 23 or Section 33 OS 28. Install Steel Casing Pipe for Open Cut iu 10 accordance with Section 33 OS 10. 11 l. Steel Casing Pipe comiections shall be achieved by full penetration field butt 12 welding or an integral machiue press-fit connectiou (Perinalolc or equal) prior to 13 installation of the pipe, depeuding on the rype of cai7•ier pipe. 14 2. Allowable joint types for each crossing are shown ou the Drawings. 15 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 16 steel pipe is acceptable. 17 4. Integral machined press-fit connections shall be installed in accordance with the 18 manufacturer's installation procedures and recommeudations. 19 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 20 Section 33 OS 24. 21 C. Contact grouting of the annulus outside the casing pipe shall be perfoiined in 22 accordance with Section 33 OS 23 or Section 33 OS 20 or Section 33 OS 28. 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 34 END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmbcr 2Q 2012 City Projcct No. 0t468 330522-7 Slccl Casing Pipc Pagc 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Z•2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Decembcr 20, 2012 City Project No. O1468 330523-1 1-land Tunncling Pagc 1 of 11 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1.2 25 26 27 28 29 30 31 32 33 SECTION 33 OS 23 HAND TUNNELING A. Section Includes: 1. Minimum requirements for Hand Tunneling using fi••,"�"���•- �'�*^ ��• casing pipe for Proposed 24-ulch Sanitaiy Sewer Line A Stations 1+86 to 5+22 and 5+52 to 6+64 „* ,t,�, �,,,..,*;,,,,� �t,,,..,,, ,,,, *i„, r,.-,,..,;�,.� B. Deviations from this Ciry of Fort Worth Standard Specification l. Modified 1.1A.1 2. Added l.l.C.2.a 3. Deleted 1.1.C.3 4. Modi�ed 1.6.A.1 5. Added 1.6.0 6. Deleted 2.2.A.1 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements a. Section O1 35 43 - Contaminated Material Handling, Loadin , Transportation and Disposal � . � *: 0�3�� n � � � rr �€i�&t� -r�cccr -v✓ -z� cciin 4. Section 33 OS 22 — Steel Casing Pipe PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment a. The work performed and materials furnished in accordance with this Item are considered subsidiaiy the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner plate or Steel Casing to be completed in place, and no other compensation will be allowed. 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the tiine of the latest revision date logged at the end of this 38 Speci�cation, unless a date is specifically cited. 39 2. American Association of State Highway and Transportation Officials (AASHTO): C1TY OF FORT WORTH CULTURAL DISTRICT/WILL 20GERS, STANDARD CONSTRUCT[ON SPECIr[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Projcet No. 01468 330523-2 Hand Tunucling Pagc 2 of 11 1 a, HB-17, Standard Specifications for Highway Bridges. 2 3. Occupational Safety and Health Administration (OSHA) 3 a. OSHA Regulations and Standards for Underground Const�-uction, 29 CFR Part 4 1926, Subpart S, Underground Consh•uction and Subpart P, Excavation. 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 7 8 A. Pre-installation l. Tl�e Contractor shall provide written notice to the City at least 72 hours in advance of the planned launch of tunneling operations. 9 1.5 SUBMITTALS 10 A. Submittals shall be iu accordailce with Section Ol 33 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Shop Drawings 1. Submit the following, �•�'�^� •��'���'�� �'^�+"^^+'-'^^��m��+�: a. Detailed description of the methods and equipment to be used in completing each reach of tunnel b. Description of the suivey methods tbat will be used to ensure that the tunnel is advanced as shown on the Drawings and within the line and grade tolerances specified c. Shaft layout drawings 1) Detailing dimensions and locations of all equipment, including overall worlc area boundaries, crane, fi•ont-end loader, forldift, spoil stocicpiles, spoil hauling equipment, pumps, generator, pipe storage area, tool trailer or containeis, fences, and staging area 2) Shaft layout drawings will be required for all shaft locations and shall be to scale, or show correct dimensions. 3) Layout such that all equipment and operations shall be completely contained within the allowable construction areas shown on the Drawings d. Schedule in accordance with Division 1 to include the following activities as independeut items: 1) Mobilization 2) Shaft excavation aud support 3) Water control at shafts 4) Worlcing slab construction 5) Thrust wall construction 6) Tunneling 7) Shaft bacicfill 8) Site restoration 9) Cleanup 10) Demobilization 2. For all projects, provide the following for Contact Grouting: a. Contact Grouting (outside of casing) Worlc Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Dcccmbcr 20, 2012 City Projcct No. 01468 330523-3 Hand Tunncling Pagc 3 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 4) 5) 6) a) Injection metliods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data e) Materials Grout mix details iilcluding: a) Proportions b) Admixtures including: (1) Manufacturer's literature (2) Laboratory test data verifying the strength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Initial set time of grout (a) Data for these requirements shall be derived fi�om trial batches fi•om an approved testing laboratoiy. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. Submit anticipated volumes of grout to be pumped for each application and reach grouted. 21 B. Daily Records 22 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to 23 beginning Hand Tunneling. 24 2. Submit daily records to the City's Inspector by noon on the day following the shift 25 for which the data or records were taken. 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identifcation e. Installed liner ring and corresponding tuunel length f. Time required to tunuel each ring g. Time required to set subsequent ring h. Spoil volumes (muck carts per liner ring and estimated volume of spoil in each muck cart) i. Grout volumes and pressures j. Soil conditions, iucluding occui-�•ences of unstable soils and estimated groundwater inflow rates, if any k. Line and grade offsets 1. Any movement of the guidance system m. Problems encountered during tumieling n. Duratious and reasons for delays a Manually recorded obseivations made: 1) At intervals of not less than 2 eveiy 5 feet 2) As conditions change 3) As directed by the City and/or Eugineer C. Safe , Pian: 1. A safety plan for l�and tunneling operations including, but not liinited to: CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECI�ICATION DOCUM�NTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmber 20, 2012 City Project No. 01468 330523-4 Hand Tu�uic(ing Page 4 of l l 1 a. Provisions for li ng ting 2 b. Enclosed Space Requirements 3 1) Air monitoring and ventilatiou 4 c. Contaminated Material Handlin�; and Worker Safet�quipment in accordance 5 with Section O1 35 43 Contamivated Material Handling, Loading, 6 Transportation ancl Disposal 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Qualifications 11 1. Failure to meet the qualification requirements is failure to fulfill the Contract and 12 the Conri•actor will be required to obtain a subcontractor that ineets the qualification 13 requirements. 14 2. Contractor 15 a. All tunueling work shall be performed by an experienced subcontractor or 16 Contractor who has at least 5 years of experience in performing tunneling worlc 17 and has completed at least 5 projects of similar diaineter in similar ground 18 conditions. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. All Worlc by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such worlc in City's absence. 4. The Contractor shall allow access to the City and/or Engineer and sball furnish necessaiy assistance and cooperation to aid in the obseivations, measurements, data and sample collection including, but not liinited to, the following: a. The City and/or Engineer shall have access to the tunneling system prior to, during and following all tunneling operations. b. The City and/or Engineer shall have access to the tunneling shafts prior to, during and following all tunneling operations. 1) This shall include, but not be limited to, visual inspection of installed pipe and verification of line and grade. 2) The Contractor shall provide safe access in accordance with all safety regulations. c. The City and/or Engiueer shall have access to spoils removed fi•om the tunnel excavation prior to, dut•ing and following all tunneling operations. 1) The Ciry shall be allowed to collect soil samples fi•om the mucic bucicets or spoil piles a minimum of once eveiy 10 feet and at any time when changes in soil conditions or obstructions are apparent or suspected. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmber 20, 2012 City Project No. 01468 330523-5 Hand Tunncling Pagc 5 of l 1 1 1.10 D�LIVERY, STORAG�, AND HANDLING [NOT USED] 2 L11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART2- PRODUCTS 5 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 6 2.2 MATERIALS 7 g 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 A. Description •r � r� v� �, a c �� nc �� �arrircranzC`�-z-xcr�E-S�h'%�-�vC—�ri-cc&E@rcccm c�-'v6-r�3 -acc�l6ri—.r_rv.T�.Z- 2. Casing Pipe shall be in accordance with Section 33 OS 22. B. Design Criteria 1. Design excavation methods and spoil conveyance system for• the full range of ground conditions described in the Geotechnieal Reports 2. Tolerance a. Accurately inaintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the casing/liner plate. b. Maintain a maximum of'/z inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. c. The tunnel diameter shall not be greater than 2 inches larger than the casing/liner outer diameter (O.D.). 3. Use methods and equipment that control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. Limit any ground movements (settlement/heave) to values that shall not cause damage to adjacent utilities and facilities. b. Repair any damage caused by ground movements at no cost to the City. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED) 30 31 32 33 34 35 3.3 PREPARATION A. Tunneling shall not begin until the following have been completed: 1. All required submittals have been made and the City and/or Engineer has reviewed and accepted all submittals. 2. Review of available utility drawnigs and location of conduits and underground utilities in all areas where excavation is to be performed. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPL'CiPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rc��iscd Dccen:bcr 20, 2412 Ci.y Projcct T1o. 0146� 330523-C Hand Tunncling Pagc � of 1 I 1 a. Notify the applicable one-call system prior to any excavatiou to avoid 2 interference with the existing conduits and utilities. 3 1) Repair damage to existing utilities resulting fi�om excavation at no 4 additional cost to the City. 5 3. Shaft excavations and support systems for each drive completed in accordance with 6 the requirements of the Specifications. 7 4. Site safety representative has prepared a code of safe practices in accordance with 8 OSHA requirements. 9 a. Provide the Engineer and Owner with a copy of each prior to starting shaft 10 construction or tuimeling. 11 b. Hold safety meetings and provide safety instiuction for new employees as 12 required by OSHA. 13 14 15 16 17 18 19 20 21 22 5. All specified settlement monitoriug points have been installed, approved and baselined in accordance with the Contract Documents. B. Verification of Stability 1. Confirm that the ground will remain stable without movement of soil or water while the entiy/exit location shoring is removed and while the tunnel is launched or received into a shaft. 2. Demonstrate that all soils have been stabilized at all tunnel portal locations to: a. Prevent the iuflow of wealc, iunning or flowing soils. b. Prevent the inflow of loose rock. e. Prevent and control groundwater inflows. 23 3.4 INSTALLATION 24 A. Tunnel Methods 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 1. Tumlel liner plate shall not be used where bore or jack methods are used, or where not allowed on the Drawings or permits. 2. The Contractor shall be fully responsible to: a. Ensure the methods used are adequate for the protection of worlcers, pipe, property and the public b. Provide a finished product as required. B. General 2. 3 The Contractor shall immediately notify the City, in writing, if and when any problems are encountered with equipment or materials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Documents. Properly inauage and dispose of groundwater inflows to the shafts in accoi•dance with requirements of Specifications and all permit conditions. a. Discharge of groundwater inflow into sanitaiy sewers is not allowed without proper approval and permits. Furnish all necessaiy equipment, power, water and utilities for tunneling, spoil removal and disposal, grouting and other associated worlc required for the methods of construction. 4. Promptly clean up. Remove and dispose of any spoil or sluriy spillage. CITY OF PORT WORTH CULTURAL D[STRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd Deccmbcr 20, 2012 City Projcct No. 01468 330523-7 Hand Tunneling Page 7 of 11 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 5. Whenever there is a condition that is likely to endanger the stability of the excavation or adjacent sh•uctures, operate with a full crew 24 hours a day, including weekends and holidays, without interruption, until those conditions no longer jeopardize the stability of the Worlc. C. Installation with Steel Casing Pipe 1. Jack the pipe fi�om the low or downstream end, unless specifed otherwise. a. Provide heavy duty jacics suitable for forcing the pipe through the embanlcment. 1) When operating jacics, apply pressure evenly. b. Provide a suitable jacking head and bracing between jacks so that pressure will be applied to the pipe uniformly around the ring of the pipe. c. Provide a suitable jacking frame or bacic stop. d. Set the pipe to be jacked on guides, properly braced together, to support the section of the pipe and to direct it in the proper line and grade. e. Place the whole jacking assembly so as to line up with the direction and grade of the pipe. f. In general, excavate embankment material just ahead of the pipe and remove material through the pipe. g. Force the pipe through the embanlanent with jacks into the space excavated. 2. The excavation for the underside of the pipe, for at least 1/3 of the circumference of the pipe, shall conform to the contour and grade of the pipe. a. Provide a clearance of not more than 2 inches for the upper half of the pipe. 1) This clearance shall be tapered off to 0 at the point where the excavation conforms to the contour of the pipe. b. Extend the distance of the excavation beyond the end of the pipe depending on the character of the material, but do not exceed 2 feet in any case. 1) Decrease the distance if the character of the material being excavated malces it desirable to keep the advance excavation closer to the end of the pipe. 3. If desired, use a cutting edge of steel plate around the head end of the pipe extending a short distance beyond the end of the pipe with inside angles or lugs to keep the cutting edge fi•om slipping back onto pipe. 4. When jacking of pipe has begun, cariy on the operation without intei7uption to prevent the pipe from becoming firmly set in the embankment. a. Remove and repiace any pipe damaged in the jacking operations. b. The Contractor shall absorb the entire expense. D. Installation with Tunnel Liner Plate 1. Install the tunnel liner plates to the limits indicated on the Drawings and as specified in AASHTO HB-17, Section II-26, Constiuction of Tunnels Using Steel Tunnel Liner Plates. a. Assemble liner plates into circumferential rings. b. Liner plates shall be of the type to permit segments to be installed completely fi•om inside the tunnel. 2. Accurately maiutain the face of the excavation inside the tuimel so as to allow the absolute minimum of void space outside the casing/liner plate. a. Maintain a maximum of'h inch tolerance between the outside of the casing/liner plate and the excavation wherever possible. b. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. CITY OF GORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Decembcr 20, 2012 City Project No. 01468 330523-5 Hand Tunncling Pagc 8 of I I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 3. Liner plate installatioil shall proceed as closely as possible behind the excavation. a. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tum7el liner plate. b. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. c. Casing/Tunilel liner plate shall not be allowed to deflect vertically during iustallation. 4. Tunneling operations shall conh�ol surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities and improvements. a. In no case shall ground movements cause damage to adjacent structures, roadways, or utilities. b. The Contractor shall repair any damage resulting fi•om construction activities, at no additional cost to the City and without extensions of schedule for completion. E. Contact Grouting 1. 2. 3. 4. Pressure grout any voids caused by or encountered during the tumieling. a. Modify equipment and procedures as required to avoid recurrence of excessive settlements or dainage. Install contact grout in the void space between the outside of the casing/tumlel liver and the excavation. a. For tunnelliuer plate, install pressure grout mix at the end of each work day or more often, as conditions warrant. Install pressure grouting through grout �ttings for the casing/tunnel liner plate 48- inches in diameter or larger. a. Grout fittings shall be fabricated into tumiel liner plate at a maximuin spacing of 6 feet. b. Remove and plug grout fittings after pressure grouting. Install pressure grout fi•oin the low end for all crossings where grout �ttings at•e not used. a. Seal the low end and pressure grout until grout is extiuded fi•om the opposite end. F. Control of Line and Grade Confirm that all established benchmarlcs and control points provided for the Contractor's use are accurate. a. Use these benchmarlcs to furnish and maintain all reference lines and grades for tunneling. b. Use lines and grades to establish the location of the pipe using a lasei• or theodolite guidauce system. c. Submit to the City copies of field notes used to establish all lines and grades and allow the Engineer to check guidance system setup prior to beginning each tunneling drive. d. Provide access for the City to perform survey checics of the guidance system and the liue and grade of the carrier pipe on a daily basis during tunneling operations. e. The Contractor remains fully responsible for the accuracy of the worlc and the coi7•ection of it, as required. CITY OF I'ORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ R1P JOHNSON Reviscd Dcccmber 20, 2012 City Project No. 014(8 330523-9 Hand Tunncling Pagc 9 of I I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2. The casing/tunnel liner shall be installed in accordance with the following tolerances: a. Variations fi•om design line or grade: � 2 inches maximum 1) If the installation is off line or grade, make the necessary corrections and return to the design alignment and grade at a rate of not more than 1 inch per 25 feet. 3. Monitor line and grade continuously during tutuieling operations. a. Record deviation with respect to design line and grade once at each pipe joint and submit records to Engineer daily. 4. If the pipe installation does not meet the speci�ed tolerances, correct the installation, including any necessaiy redesign of the pipeline or structures and acquisition of necessaiy easements. G. Obstiuctions 1. If the tunneling operations should encounter an object or condition that impedes the forward progress of the shield, notify the City immediately. 2. Con-ect the condition and remove, clear or otherwise make it possible for the shield to advance past any objects or obstructions that impede forward progress. 3. Proceed with removal of the object or obstiuction by methods submitted by the Contractor and accepted by the City and/or Engineer. 4. Compensation a. The Contractor will receive compensation by change order for removal of obstructions, as defined as metallic debris, reinforced concrete, rocks, whole trees and other hard objects with a maximum dimension larger than 50 percent of the outer diameter of the shield which: 1) Cannot be broken up by the cutting tools with diligent effort, aud 2) Are located partially or wholly within the cross-sectional area of the bore 3) Contain utilities or ditch lines located longitudinally within the tunnel horizon b. Payment will be negotiated with the Contractor on a case-by-case basis. c. The City and/or Engineer shall be provided an opportunity to view obstruction prior to removal. 1) Any removal process that does not allow direct inspection of the nature and position of the obstiuction will not be considered for payment. d. No additional compensation will be allowed for removing, clearing or otherwise malcing it possible for the shield to advance past objects consisting of cobbles, boulders, wood, reinforced concrete, and other objects or debris with maximum lateral dimensions less than 50 percent of the outer diameter of the shield. 39 3.5 CLEANUP AND R�STORATION 40 A. After completion of the tunneling, all construction debris, spoils, oil, grease and other 41 materials shall be removed fi-om the tunneling pipe, shafts and all work areas. 42 1. Cleaning shall be incidental to the constiuction. 43 B. Restoration shall follow construction as the Work progr•esses and shall be completed as 44 soon as reasonabiy possible. 45 1. Restore and repair any damage resulting fi-om surface settlement caused by shaft 46 excavation or tuimeling. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Deccmbcr 20, 2012 City Project No. 01468 33 OS 23 - 10 Hand Tunncling Pagc 10 of I 1 1 2. 2 3 3. 4 5 4. 6 Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to constivetion. Restoration shall be completed no later than 30 days after tunneling is complete, or earlier if required as part of a perrnit or easement agreement. This provision for restoration shall inciude all property affected by the construction operations. 7 3.6 RE-INSTALLATION (NOT USED] 8 3.7 SITE QUALITY CONTROL 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 A. Safety 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 2. Furnish and operate a temporaiy ventilatiou system in accordance with applicable safety requirements when persomlel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fi�esh air and inaintain an atmosphere fi�ee of toxic or flammable gasses in all undeiground work areas. 3. Perform all Worlc in accordance with all current applicable regulations and safety requirements of the Federal, State, and Local agencies. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Constiuction aud Subpart P, Excavations. a. In the event of conflict, comply with the more stringent requirements. 4. If personnel will enter tbe pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 33 34 35 36 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] I W►`I IZ�]�1[.��_Y_[��►1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OP PORT WORTH CULTURAL DISTRICT/WILL ROGGRS, STANDARD CONSTRUCTION SPECIr[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 33 OS 23 - I I Hand Tunncling Pagc i 1 of I 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIP[CATION DOCUMGNTS Revised Decembcr 20, 2012 CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON City Projcct No. 01468 330524-i [NSTALLATION Ol� CARRIER PIPG 1N CASING 012 TUNNEL LINER PLATG Pagc 1 of 12 1 2 SECTION 33 OS 24 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1-GENERAL 4 5 l.l SUMMARY A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1. Added new 1.3 B 2 a d e 2. Added 1.3 C 3. Added 1.6 A 4. Modified 3.7 A C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 Ol 30 — Sewer and Manhole Testing 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Installation of Sanitaiy Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured l�orizontally along the surface fi-om centerline to centerline of the begiiming of the casing/liner to the end of the casing/liner b. Payment 1) The worlc performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitaiy Sewer Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up 2. Installation of Water Carrier Pipe in Casing/Tum1e1 Liner Plate CITY OF FORT WORTH CULTURAL DISTRICT/W[LL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON Rcviscd Dccembcr 20, 2012 City Projcct No. 01468 330524-2 INSTALLATION OF CARRIER PIPG IN CASING OR TUNNIsL L[NEI2 PLATE Pagc 2 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a 0 c. Measurement 1) Measured horizontally along the surface fi•oin centerline to centerline of the beginning of the casiug/linei• to the end of the casing/liuer Payineut Payment 1) The work performed and materials furnished in accordance with this Itein and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Water Carrier Pipe" complete in place for: a) Various Sizes The price bid shall include: 1) Fui7�ishing and installing Water Main (Pipe) in Casiug/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Joint restraint 5) Casing Spacers 6) End seals 7) Excavation 8) Hauling 9) Disposal of excess material 10) Clean-up 1.3 RErERENCES A. De�nitions: 1. Carrier Pipe: Pennanent pipe for operatioual use that is used to convey flows 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that suppor�ts the ground and provides a stable underground excavation for installation of the cai7•ier pipe B. Reference Standards: 1 2 3 4 Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Society of Testing and Materials (ASTM) a. C31, Standard Practice for Malcing and Curing Couerete Test Specimens in the Field b. C39, Standard Test Method for Coinpressive Strength of Cylindrical Concrete Specimens. c. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortais (Using 2-in or [50 min] Cube Specimens). d. 150, Specification for Portland Cement. e. 494, Speci�cation for Cheinical Adinixtures for Concrete £ D638, Standard Test Method for Tensile Properties of Plastics. International Organization for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. Occupational Safety and Health Admuiistration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 46 C. Reference Documents: CITY OP PORT WORTH CULTURAL D[STRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd Dcccmbcr 20, 2012 City Project No. 014(8 1 2 3 4 5 6 7 s 9 10 11 12 13 14 IS 16 17 330524-3 1NSTALLATION OF CARRIGR PfPE [N CASING OR TUNN[ L LINGR PLATH Pagc 3 of 12 1. "Geotechnical En ing eerin� Report— Report 103-12-144-1 Cultural District Water and Sewer Improvements Phase 1 Harlev Avenue at Mont o� meiy Street Fort Worth, Texas", CMJ Engineerin�, Inc., October 18, 2012. 2. `Bnvironmental Report, Report — City of Fort Worth Harley Ave Phase 2 Paving and Draina�Improvements Montgomery Sh-eet and Harley Ave, Fort Worth Texas W&M Project No. 823.010", W& M Environmental Group, Inc., Januai�y 15, 2013. 1.4 ADMINISTRATIVE R�QUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be made in accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to deliveiy. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Qualifications: l. The Contractor shall submit personnel requirements meetin tg he requirements of Para�ra�h 1.9 A and B. B. Product Data: 1. Casing Isolators/Spacers a. Material Data 18 2. Grout Mix 19 a. Material Data 20 C. Shop Drawings: 21 1. Required for 24-inch and larger can•ier pipe installations 22 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 23 constiuction methods to be employed. 24 3. Casing Spacers/Isolators 25 a. Detail drawings and manufacturer's information for the casing isolators/spacers 26 that will be used. 27 1) Include dimension and component materials and documentation of 28 manufacturer's ISO 9001:2000 certi�cation. 29 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 30 by-case basis. 31 c. For consideration of alternate method, submit a detailed description of inethod 32 including details. 33 4. End seal or bullchead designs and locations for casing/liners. 34 5. Annular Space (between carrier pipe and casing/tuimel liner plate) Grouting Work 35 Plan and Methods including: CITY OF FORT WORTH CllLTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Dccembcr 20, 2012 City Project No. 01468 33 os za - 4 INSTALLATtON O� CARRIGR P[PE IN CASING OR TUNNGL LINER PLATE Pagc 4 oF 12 1 2 3 4 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 a. Grouting methods b. Detaiis of equipment c. Grouting procedures and sequences including: 1) Injection methods 2) Injection pressures 3) Monitoring and recording equipinent 4) Pressure gauge calibration data 5) Materials d. Grout mix details inciuding: 1 � �1'O]�Ol'ilOI1S 2) Admixtures iucluding: a) Manufachirer's literature b) Laboratoiy test data verifying the strength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout (1) Data for these requiremeuts shall be derived fi•om trial batches fi•om an approved testing laboratoiy. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f. Submit anticipated volumes of grout to be pumped for each application and reach grouted. g. Description of inethods and devices to prevent bucicling of carrier pipe during grouting of annular space, if required 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Casing isolator/spacer manufacturer shall be certified against the provisions of IS09001:2000. CITY Or FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Reviscd Deccmber 20, 2012 City Project No. O1468 330524-5 INSTALLATION OI� CARRIGIZ PIPE IN CASING OR TUNNI;L LWER PLATG Pagc 5 of 12 1 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 2 l.11 rIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WAR.RANTY [NOT USED] 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufactureis: 1. Only the manufacturers as listed on the City's Standard Products List wili be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer regularly engaged in the manufacturing of casing spacers/isolators. B. Design Criteria and Materials 1. Carrier pipe shall be installed within the horizontal aud vertical tolerances as indicated in PART 3 of this Specification, incorporating all support/insulator dimensions re uired. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and greater AWWA C301 (Restrained) 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 2. Grout of annular space a. For gravity sewer carrier pipe installation: CITY OF rORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Reviscd Dcccmber 20, 2012 City Project No. 01468 330524-6 INSTALLATION OF CARR[ER PIPE IN CASING OR TUNNEL LINER PLATE Pagc 6 of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1) No am7ular space fill will be used. 3. Grout Mixes: a. Low Density Cellular Grout (LDCC) 1) Annular space (between carrier pipe and casing/liner) grout shall be LDCC. 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop one or more grout mixes designed to completely fill the annular space based on the following requu•einents: a) Provide adequate retardation to completely fill the annular space in one monolithic pour. b) Provide less than 1% shrinlcage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. e) Proportion grout to flow and to completely �11 all voids between the carrier pipe and the casing or liner. 4. End Seals: a. Provide end seals at each end of the casing or liner to contain the grout bacicfill or to close the casing/liner ends to prevent the inflow of water or soil. 25 1) For water piping less than 24-inch diameter, use hard iubber seals, Model 26 PL Linlc Seal as inanufactured by the Thunderline Corporation or approved 27 equal. 28 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thicic, 29 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 30 Insulator, Iuc, or approved equal. 31 3) For sewer piping, no end seals are required since the annular space between 32 the carrier pipe and the casing will be grouted. 33 34 b. Design end seals to withstand the anticipated soil or grouting pressure and be watertight to prevent groundwater fi•om entering the casing. 35 5. Casing Spacers/Insulators: 36 37 a. Provide casing spacers/insulators to support the carrier pipe during installation and grouting (where grout is used). 38 b. Casing Spacers/Isolators material and properties: 39 1) Shall be minimum 14 gage 40 2) For water pipe, utilize Stainless Steel. 41 3) For sewer pipe, utilize Coated Steel. CITY OF I�ORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON 12eviscd Dcccmbcr 20, 2012 City Projcct No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 33OS24-7 iNSTALLATION Of� CARR[GR P(PG IN CASING OR TUNNEL LINER PLATE Pagc 7 of 12 4) Suitable for supporting weight of carrier pipe without deformation or collapse diu•ing installation c. Provide restrained-style casing spacers to hold all pipes stable during grouting operations and prevent floating or movement. d. Provide dielectric strength sufficient to electrically isolate each component fi-om one another and fi•om the casing. e. Design risers for appropriate loads, and, as a minimum: 1) Provide 10 gage steel risers a) Provide stainless steel bands and risers for water installations. £ Band material and criteria 1) Provide polyvinyl chloride inner liner with: a) Minimum thickness of 0.09 inches b) Durometer "A" of 85-90 hardness c) Minimum dielectric strength of 58,000 volts g. Runner material and criteria 1) Provide pressure-molded glass reinforced polymer or UHMW with: a) Minimum of 2 iilches in width and a minimum of 11 inches in length. 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless steel studs. 3) Runner studs and nuts shall be recessed well below the wearing surface of the runner a) File recess with a corrosion inhibiting �ller. 4) Runners shall be pressw•e-molded glass reinforced polymer with a minimum compressive strength of 18,000 psi per ASTM D638. Polyethylene is not acceptable h. Riser height 1) Provide sufficient height with attached runner allow a minimum clearance of 2 inches between the outside of cai7ier pipe bells or couplings and the inside of the casing liner surface. CITY OF FORT WORTH CULTURAL DiSTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Deccmbcr 20, 2012 City Project No. 014(8 330524-8 INSTALLAT[ON OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATG Pagc 8 of 12 1 ra 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS (NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION (NOT USED] 7 3.4 INSTALLATION : 9 10 11 12 13 14 15 16 17 18 A. Geueral: 1. Carrier pipe installation shall not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner fi�om any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. 19 2. The carrier pipe shall be installed within the casings or liners between the limits 20 indicated on the Drawings, to the specified lines and grades and utilizing methods 21 which include due regard for safety of worlcers, adjacent stiuctures and 22 improvements, utilities and the public. 23 B. Control of Line and Grade: 24 25 26 27 28 29 30 31 1. Install Carrier pipe inside the steel casiug within the following tolerances: a. Horizontal 1) � 2 inches fi•oin design line b. Vertical 1) �1 inch fi•om design grade 2. Checic line and grade set up prior to beginning carriet• pipe installation. 3. Perform survey checics of line-and-grade of carrier pipe during installation operations. 32 4. Tl�e Conri•actor is fully responsible for the accuracy of the installation and the 33 correction of it, as required. 34 a. Where the carrier pipe installation does ilot satisfy the specified tolerances, 35 correct the installation, including if necessaiy, redesign of the pipe or stiuctures 36 at no additional cost to City. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 01468 330524-9 INSTALLATION OF CARRIER P1P� IN CASING OR TUNNrL LINER PLATG Pagc 9 of 12 I 2 3 4 5 6 7 8 9 10 ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 C. Installation of Carrier Pipe: 1. Pipe Installation a. Remove all loose soil fi•om casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfll placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tum�els. c. Correctly assemble, evenly tighten aizd prevent damage dm•ing tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install can-ier pipe so that there is no metallic contact between the cai7•ier pipe and the casing. f. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing/liner in a manner that could damage the pipe or coatings. 1) If guide rails are allowed, place cement mortar on both sides of the rails. g. Coat the casing spacer runners with a non-corrosive/environmentally safe lubricant to miisimize fi•iction when installing the cairier pipe. h. The cai7•ier pipe shall be electrically isolated from the carrier pipe and from the casing. i. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the h•ench requires some bacic�ll to estabiish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. j. After the casing or tunnel liner has been placed, pump diy and maintain diy until the casing spacers and end seals are installed. 3. Insulator Spacing: a. Maximum distance between spacers is to be 6 feet. b. For ductile-iron pipe, flanged pipe or bell and spigot pipe, install spacers within 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 foot or 20 foot long joints are used. c. If the casing or pipe is angled or bent, reduce the spacing. d. The end spacer inust be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. e. Install spacers ou PVC pipe at the insertion line to preveut over-insertion of the spigot into the bell. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRt1CTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Deccmber 20, 2012 City Project No. 01468 33 05 24 - 10 INSTALLAT[ON OF CARRIGR PIPE IN CASING OR TUNNEL LINER PLATG Pagc 10 of 12 1 2 3 4 5 6 7 8 9 10 4. After installation of the carrier pipe: a. Mortar inside and outside of the joints, as applicable b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 1) If continuity exists, remedy tbe short, by all meaus necessaiy iucluding removing and reinstalling the carrier pipe, prior to applying cellular grout. c. If hold down jacics or casing spacers are used, seal or plug the ends of the casing. d. If steei pipe is used and not welded prior to installation in casing/liner, welding of pipe will only be allowed aftei• grouting of amiular space is complete. D. Installation of End Seals: ll 1. For Water Pipes 12 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 13 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 14 casing. Securely fasten with stainless steel bands. 15 2. For Sewer Pipes 16 a. Grout annular space between carrier pipe and casing as indicated in this 17 Speciiication. 18 E. Amlular Space Grouting (For Sewer Only) 19 20 21 1. Prepare pipe as necessaiy to prevent the pipe fi•om floating during grouting operation as necessaiy. 2. Mixing of Grout: 22 a. Mix material in equipment of sufficient size to provide the desired amount of 23 grout material for each stage in a single operation. 24 1) The equipment shall be capable of mixing the grout at the required densities 25 for the approved procedure and shall be capable of changiug the densities 26 as required by iield conditions. 27 28 29 30 31 32 33 34 35 36 37 38 3. Bacicfill Annular Space with Grout: a. Prior to filling of the annular space, test the carrier pipe in accordance with Section 33 O1 30. b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. c. After the installation of the can•ier pipe, the reinaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner iilterior shall be in contact with the grout. 2) Grout shall be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to cai7•ier pipe during grouting. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Dcccmbcr 20, 2012 City Project No. 01468 33 05 24 - 11 [NSTALLATION OF CARRIER PIPE IN CASING 012 TUNNEL C,INER PLATE Pagc I I of 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 4. Injection of LDCC Grout: a. Grout injection pressure shall not exceed the carrier pipe manufacturer's approved recommendations or 5 psi (whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedw-es require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Reports and Records required for pipe installations 24-inches and greater and L Maintain and submit daily logs of grouting operations. a. Include: 1) Grouting locations 2) Pressures 3) Volumes 4) Grout mix pumped 5) Time of pumping 23 2. Note any problems or unusual observations on logs. 24 B. Grout Strength Tests: 25 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 26 cylinder molds or grout cubes obtained during grouting operations. 27 2. City will perform field sampling during annular space grouting. 28 a. City wiil collect at least 1 set of 4 cylinder molds or grout cubes for each 100 29 cubic yards of grout injected but not less than 1 set for each grouting shift. 30 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 31 C39 (cylindrical specimens) or ASTM C109 (cube specimens). 32 c. Remaining samples shall be tested as directed by City. 33 C. Safety: 34 L The Contractor is responsible for safety on the job site. 35 a. Perform all Worlc in accordance with the current applicable regulations of the 36 Federal, State and local agencies. 37 b. In the event of conflict, comply with tl�e more restrictive applicable 38 requirement. 39 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 40 shafts/pits. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Dcccmbcr 20, 2012 City Projcct No. 01468 33osza-iz INSTALLATION OF CARIZIER P[PG IN CAS[NG OR TUNNI:L LINER PLATF, Pagc 12 of I2 1 2 3 4 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of constructiou shall be such as to ensure the safety of the Worlc, Conh�actor's and other einployees on site and the public. 5 4. Ful7iish and operate a tempora�y ventilation system in accordance with applicable 6 safety requireinents when personnel are underground. 7 a. Perform all required air and gas monitoring. 8 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 9 atmosphere fi•ee of toxic or flairunable gasses in all undeigrouud worlc areas. 10 5. Perforin all Worlc in accordauce with all current applicable regulations and safety 11 requirements of the federal, state and loeal agencies. 12 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 13 Undergrouud Construction and Subpart P, Excavations. 14 b. In the event of conflict, comply with the more stringent requirements. IS 16 17 18 19 6. If personnel will enter the pipe during coust�•uction, the Contractor sball develop an einergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. ICeep on-site all equipment required for emeigency response in accordance with the agency having jurisdiction. 20 3.8 SYSTEM STARTUP [NOT USED] 21 22 23 24 25 26 27 28 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 — Modified minimum water line diameter fi•om 8-inches to 6-inches 29 CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Revised Decembcr 20, 2012 City Project No. 014(8 33 OS 28 PILOT TUI3E GU[DLD BORING Pagc I of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 33 05 28 PILOT TUBE GUIDED BORING PART1- GENERAL 1.1 SUMMARY A. Section Includes: I: 1.2 a. This Item is considered subsidiary to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiaiy to the unit price bid per unit linear foot of By Other than Open Iustallation of Steel Casing Pipe to be completed in place and no other compensation will be allowed. 1.3 1. Tl�e minimum requirements for installing steel casing pipe by pilot tube guided boring for Proposed 24-inch Sanitaiy Sewer Line A Stations 1+86 to 5+22 and 5+52 to 6+64. Casing pipe shall be provided in accordance with the applicable pipe Specification. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements a. Section O1 35 43 - Contaminated Material Handling, Loading, Transportation and Disposal 3. 33 OS 22 — Steel Casing Pipe 4. 33 OS 24 — Installation of Can•ier Pipe in Casing 5. 33 OS 41— Shaft Excavation and Support 6. 33 OS 42 — Water Control for Shaft and Tunnel Conshuction 7. 33 OS 43 — Portal Stabilization PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: REFERENCES A. Definitions: l. Guided Boring is a multi-stage method of installing a product pipe to precise line and grade by use of a guided pilot tube, followed by upsizing to install the product pipe. The system uses a theodolite guidance system to ensure accuracy, which is remotely operated and does not require man-entry to the tunnel for normal operations. Pipe is directly installed in a two-phase operation ( 1-pilot tube, 2- product pipe ), or three phase operation (1-pilot tube, 2- casings with augers, 3- product pipe). CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. O1468 33 OS 28 PILOT TUBE GUIDED k30RING Pagc 2 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 : 2. Carrier Pipe: Permanent pipeline for operational use. 3. Casing: A pipe used to support a bore that is inserted simultaueously with the boring operation. 4. Lubrication/Grout Port: A port located within the shield or in a jacicing pipe segment, fitted with a one-way valve, for the injection of lubrication material or grout into the amlular space between the pipe and the grouild. Lubrication ports withiu the pipe are typically threaded to accept lubrication/grout fittii�gs. Pipe plugs are inserted after grouting is completed. 5. Obstiuction: Objects loeated wholly or partially within the cross-sectional area excavated from the shield that prevent the forward moveinent of the shielcl aud pipe string. Reference Standards: 1 2 Reference standards ciied in this Specification refer to the cui7�ent reference standard published at the time of the latest revision date logged at the end of tl�is Specification, unless a date is speci�cally cited. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction, and Subpart P, Excavations 3. AREMA a. "Manual for Railway Engineering" 2005 Edition. 1.4 1.5 C. Reference Documents: 1. Appendix GC-4.02: Subsurface and Physical Couditions 2. Appendix GC-4.06 Hazardous Environmental Condition at Site ADMINISTRATIVE REQUIREMENTS A. The Contractor shall provide at least 72 hours advance written notice to City prior to beginning the pilot bore. B. All Worlc by the Contractor shall be done in the presence of the City unless the City grants prior written approval to perform such Worlc in City's absence. SUBMITTALS A. Submittals shall be made in accordance with Section Ol 33 00. B. All submittals shall be approved by the City prior to deliveiy. 1.6 ACTION SUBMITTALS/INI'ORMATIONAL SUBMITTALS A. Qualifications: 1. Submit peisonnel qualifications in accordance with Section 1.9 B through E. 2. Provide evidence of OSHA certification for site safety representative and pei•sonnel responsible for air quality monitoring. B. Shop Drawings: CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 33 OS 28 PILOT TUF3E GUIDED BORING Pagc 3 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1. Submit the following describing the pilot tube guided boring equipment and constiuction methods to be employed a. Provide manufacturer's literature describing in detail the pilot tube guided boring system to be used including: 1) machine type 2) equipment dimensions 3) spoil removal system b. Provide descriptions of projects on which this system has been successfully used including names, addresses, and telephone numbeis of owner's representatives for these projects as well as length, diameter, and pipe material used. Q c. A description of the alignment control and steering systems. 1) Provide manufacturer's literature, drawings showing set up and support provisions, and other details for the guidance system. 2) Submit a description of surveying methods to set reference points and a description of procedures to checic the guidance system and reset or realign it during construction. 3) Confirm that these systems can achieve the required pipeline line and grade within the specified tolerances. d. Capacity of jacking system. Provide details oi 1) Jacking fi•ame design and thiust ring 2) Jacking controls and pressure gages 3) Thrust block details, including dimensions e. Details of pipe lubrication injection system and pipe lubricants to be used during constiuction. Confirm that sufficient volume of lubricant will be pumped at all times to completely �11 the annular space outside the jacking pipe. f. Spoil handling, transport, and disposal equipment and procedures, and spoil disposal sites. Provide written documentation from the disposal site(s) indicating that they will accept the spoil and are in compliance with prevailing (or applicable) regulations. Contact Grouting: a. Contact Grouting (outside of casing) Work Plan and Methods including: 1) Grouting methods 2) Details of equipment 3) Grouting procedures and sequences including: a) Injection methods b) Injection pressures c) Monitoring and recording equipment d) Pressure gauge calibration data CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 28 PILOT TUBG GUIDGD QORING Pagc 4 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 e) Materials 4) Grout inix details including: a) Proportions b) Admixtures including: (1) Manufacturer's literature (2) Laboratory test data verifying the sh-ength of the proposed grout mix (3) Proposed grout densities (4) Viscosity (5) Iiutial set time of grout (a) Data for these requirements shall be derived fi•om trial batches fi•om an approved testing laboratoiy. 3 C! 5) Submit a minimum of 3 other similar projects where the proposed groutinix design was used. 6) Submit anticipated volumes of grout to be pumped for each application and reach grouted. Shaft Layout Drawings a. The Contractor shall submit shaft layout drawings detailing dimensions and locations of all equipment, including overall work area boundaries. b. Shaft layout drawings will be required for jacking and receiving shaft locations and shall be to scale, or show correct dimensions. c. The Contractor's layout drawings shall show that all equipment and operations shall be completely contained within the allowable construction zones shown on the Drawings Schedule: a. Schedule for pilot tube guided boring worlc identifying all major constiuction activities as independent items. 1) The schedule shall include as a minimum the following activities: mobilization, water control at jacking and receiving shafts, shaft excavation and excavation support, jacicing equipment setup, each pilot bore, reaming/boring pass, and pipe installation pass, site restoration, cleanup, demobilization. 2) The schedule shall also inelude the planned worlc days and worlcing hours for each activity shown on the schedule. The schedule shall be reviewed with the City and be updated and resubinitted by the Contractor eveiy two weeks. 5. Calculations: a. Calculations shall be submitted in a neat, legible format. Assumptioiis used CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 0146A 33 os Zs PILOT TU[3E GU(DGD BORING Pagc 5 of 13 1 2 3 4 5 : . 10 C. Safety Plan: in calculations sha11 be consistent with information provided in the Geotechnical Engineering Report. Calculations shall be prepared, stamped and signed by a Civil or Structural engineer licensed in the State of Texas. 1) Provide an estimate of the maximum jacking force expected to complete each drive. 2) Calculations demonstrating that the soils behind the thrust block can transfer the maximum planned jacicing forces exerted by the main jacks to the ground during pipe installation witl� a factor of safety of at least 1.5, without excessive deflection or displaceiz7ent. 11 1. A safety plan for the pilot tube guided boring operations including: 12 a. Provisions for lighting 13 b. Enclosed Space Requirements 14 15 16 17 18 19 1.7 20 1.8 21 1.9 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1) Air monitoring and ventilation c. Electrical system safeguards d. Contaminated Material Handling aud Worlcer Safety Equipment in accordance with Section O1 35 43 Contaminated Material Handling, Loading, Transportation and Disposal CLOSEOUT SUBMITTALS [NOT USED] MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] QUALITY ASSURANCE A. Failure to meet the qualiiication requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. B. All pilot tube guided boring work shall be performed by an experienced subcontractor or Contractor who has at least 3 years of experience in performing pilot tube guided boring work and a minimum of 5 drives for personnel operating the pilot tube guided boring equipment. Applicable projects shall have been constructed with equipment similar to that proposed for this Project and at least two of the projects shall have involved at least 200 feet of pilot tube guided boring on each. The machine operator(s) shall have technical training in the operation of the proposed equipment. The Contractor shall submit a description of referenced projects including owner's name and contact information, project superintendent, and machine operators. C. The project superintendent shail have at least 3 years of experience involving pilot tube guided boring construction. D. The site safety representative and persoimel responsible for air quality monitoring shall be experienced in tunnel construction and shall be certified by OSHA. E. The Contractor shall iminediately notify the City, in writing, when any problems are encountered with equipment or inaterials, or if the Contractor believes the conditions encountered are materially and significantly different than those represented within the Contract Docuinents. CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 33 OS 28 PILOT TUB[ GUIDGD BORING Pagc 6 of 13 1.10 2 1.11 1.12 DELIVIERY, STORAGE, AND HANDLING [NOT USED] FIELD [SITE] CONDITIONS [NOT USED] WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 5 2.1 6 2.2 7 8 9 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] MATERIALS A. B. 10 1. Guided boriug machine: the pilot tube guided boring machine shall be 11 manufactured by a company that specializes in the design and fabrication of this 12 type of equipment and has at least five yeais of experience, such as Aklcerman, 13 Bohrtec, Soltau, or �Ierrenlaiecht. 14 2. The guided boriug machine shall be compatible with the geologic conditions 15 described in the �Geotechnical Engineering Reports. 16 17 18 19 20 21 The head shall be designed to avoid the need for dewatering during pipe jacicing, except as is required to control groundwater inflows at jacking and receiving shafts. Steel Casing Pipe: Steel casing pipe used as jacking pipe shall conform to 33 OS 22 — Steel Casing Pipe Design Criteria: 4. The method of guidance shall be by electronic theodolite with camera and electronic (LED) target that can continuously inonitor line and gr�de to ensure accuracy is maintained within the tolerances specified. 22 5. The machine shall be remotely operated, and monitored continuously by the 23 operator. A display showing the position of the machine in relation to design line- 24 and-grade shall be provided at the operation cousole to allow the operator to 25 continuously monitor installed thrust force, pilot tube torque, and vertical and 26 horizontal offsets. 27 6. A pipe lubrication injection system shall be provided to inject pipe lubricants as 28 requu•ed to minimize jacidng forces. 29 30 31 32 33 7. The tail of the machine shall have gaslcets and/or seais to prevent material fi•om flowing into the tunnel at the contact between the tail slcin and the pipe or casing. The maximum allowable radial overcut shall not be greater than one-half (0.5) of one inch. The minimum radial overcut shall be at least one-quarter (0.25) of one inch. 34 9. A thrust biocic shall be used, shall be installed perpendicular to the proposed pipe 35 aligmnent, and shall be designed to withstand the maximum jaciciug pressUre to be 36 used, with a factor of safety of at least 1.5, without excessive deflection or 37 displacement. 38 10. Provide launch and retrieval seals at all shaft exit and entiy locations. 39 40 11. Provide ground improvement as necessaiy to prevent loss of ground and uncontrolled inflows at entry and exit seal locations as specified in 33 OS 43 — CULTURAL DISTRICT/WILL I20GERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. O1468 ���� 1 Portal Stabilization. 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 33 OS 28 PILOT TUBE GUIDGD BORING Pagc 7 of 13 INSTALLERS [NOT USED] EXAMINATION [NOT USED] PREPARATION A. Pilot tube guided boring shall not begin until the following tasks have been completed: l. Required submittals have been made and the City has reviewed and accepted all submittals. 2. Jacking and Receiving Shaft excavation and support has been completed in accordance with the requirements of 33 OS 41 — Shaft Excavation and Support. 3. Soil and groundwater conh•ol for breaking out of jacicing shafts and into receiving shafts has been established, as specified in 33 OS 43 — Portal Stabilization. 4. Site safety representative has prepared a code of safe practices in accordance with OSHA requirements. Provide the City with a copy of each prior to starting shaft conshuction or pilot tube guided boring. 5. Hold safety meetings and provide safety instruction for new employees as required by OSHA. B. Boring shall not begin until the following have been completed: 1. Review of available utility drawings and location of conduits and underground utilities in all areas where excavation is to be performed. a. Notify the applicable one-call system prior to any excavation to avoid interference with the existing conduits and utilities in aceordance with Division l. 1) Repair damage to existing utilities resulting from excavation at no additional cost to the City. b. Follow notification requirements of permit provider where applicabie. 2. Complete pit excavations and support systems for each drive in accordance with the requirements of the Speciiications. INSTALLATION A. General: L Fuinish all ilecessaiy equipment, power, water, and utilities for equipment, pipe lubricant inixing and pumping, removal and disposal of spoil, and other associated work requu•ed for the Conh�actor's methods of constiuction. 2. Conduct all operations such that trucics and other vehicles do not create a dust or noise nuisance in the streets and adjacent properties. Promptly clean up, remove, and dispose of any spoii or shiriy spillage. 3.1 3.2 3.3 3.4 CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 28 P[LOT TUBE GUIDED BORING Pa�;c8ofl3 1 3. All Work shall be done so as not to disturb roadways, adjacent structures, 2 landscaped areas, or utilities. Any damage shail be itninediately repaired to the 3 satisfactiou of the City at no additional cost to the Owner. 4 4. Notify the City at least 15 days before beginning any excavation. 5 6 .' 0 Size and locate shafts so as to minimize interference with vehicular and pedestrian traffic. � All equipment and operations must be contained within the allowable work areas showu on the Drawings. All Work shall be in accordance with the applicable permits. 10 B. Pilot Tube Guided Boring: 11 1. Pipe installation by pilot tube guided boring shall be completed in accordance with 12 the shop drawiugs, accepted submittals, and permit conditions. Pilot tube guided 13 boring machine shall meet the specified requirenlents of this Section. 14 2. Jacking Fraine and Thrust Blocic 15 16 17 18 19 20 21 22 � d Provide a suitable jacking fi�ame and thrust block or jacicing fi•ame suitable for shaft iustallation to cai7y out the Work. The jacicing fi�aine or thrust block shall be designed to transfer jacicing loads to the soil behind the jacicing shaft. The thrust blocic shall be properly designed and constructed perpendicular to the proposed pipe alignment. The thrust blocic shall be designed to support the maximum obtainable jacking pressure developed by the main jacics. 23 3. Prior to starting pilot tube guided boring operations, survey the location and 24 orieutation of the pilot tube jacking fi•ame to ensure it is on the proper line and 25 grade and checic to see that they are properly supported. 26 4. The pilot bore shall be advanced while continuously monitoring and r•ecoi•ding line 27 and grade. Jacicing forces shall also be monitored and recorded during the pilot 28 bore. 29 30 31 32 33 34 35 36 37 38 39 40 41 5. The axial forces fi-oin the jacicing fi�ame shall be distributed to the pipe uniformly tlu�ough a properiy designed thrust ring and cushion material to prevent damage to the ends of tl�e pipe. The jacicing system shall be capable of continuously monitoring the jacicing pressure. Pipes shall be jaciced into position following the design line and grade of the pipeliile without datnaging the pipe. In the event a section of pipe is damaged during the jacicing operation, the pipe shall be jaciced through to the receiviug shaft and removed. Other methods of repairing the damaged pipe may be used, subject to approval by the City. 9. Lubrication Systein Provide a lubrication systein, and inject pipe lubricants through injection ports at the rear of the reaming head and ports in the pipe (when needed and CULTURAL D[STRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. O1468 33 OS 28 PILOT TUBE GUIDGU BORING Pagc 9 of 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 � c. � where the pipe diameter is large enough to accominodate) as necessary, to minimize pipe friction. Pipe lubricants shall be injected continuously as the pipe is advanced. The voluine injected shall not be less than that required to fill the annular void space outside the pipe. Inject greater volumes as required to minimize jacking forces. 10. The pilot tube guided boring machine shall be operated so as to prevent both surface heave and loss of ground. Control the advance rate and monitor the volume of material excavated and adjust advance rate, as required, to avoid loss of ground, over-excavation, and surface heave. 11. Methods and equipment shall coutrol surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities, aild improvements. 12. Ground movements (settlement/heave) shall be liinited to values that do not cause damage or distress to surface features, utilities, or irnproveinents. 15 13. The Contractor shall be responsible for any damage to existing features, 16 improvements, or utilities, and shall repair auy damage to the satisfaction of the 17 City, at no additional cost to the Owner, and without scheduie extension. 18 14. Transport and dispose of ail excavated materials properly away fi•om the 19 construction site. Spoils shall be disposed of at acceptable facilities in accordance 20 with current state regulations for disposal of these materials. Only use the disposal 21 sites identified in the submittals for much disposal. 22 15. The Contractor shall perform contact grouting for shaft construction and 23 pipejacking as specified in 33 OS 45 — Contact Grouting. 24 C. Control of Line and Grade: 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 1 F•1 G3 The Owner will establish the survey control points indicated on the Drawings, at ground surface. The Contractor shall verify these control points by survey prior to the start of construction, and shall confirm positions or report any ei7•ois or discrepancies in writing to the City After confirming that all established survey control points provided for the Contractor's use are accurate, the Contractor shall use these control points to furnish and maintain all reference lines and grades for pilot tube guided boring. The Contractor shall use these lines aild grades to establish the exact location of the jacked pipe using a theodolite guidance system supplemented with a water level, as necessaiy. 4. Submit to the City copies of field notes used to establish all lines and grades and Contractor shall check guidance system setup prior to beginning each drive. 5. Contractor shall perform suivey checics of the guidance system on a daily basis during tunneling operations. 6. The Contractor is fully responsible for the accuracy of the worlc and the correctiou of it, as required. 7. The jacicing pipe shall be installed in accordance with the following tolerances: CULTURAL DISTRICT/WILL ROGEI2S, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 28 P[LOT TU13E GU[DGD BORING Pagc 10 of 13 Variations fi•om design line or grade: +/- one (1) inch maximum 2 3 4 5 6 7 8 8. 9. 10 11 The guidance system shall be mounted independently fi-om the thiust blocic and jacking fi�ame to maintain the alignment of the system. Stop pilot tube guided boring operations and reset the guidance system if alignment shifts or is moved off of design alignment and grade for any reason. Guidance system should only be reset by quali�ed suiveying persomiel in accordance with approved procedures. Monitor line and grade continuously during pilot tube guided boring operation. 9 12. If the pipe installation exceeds the specified tolerances, correct the installation, 10 including, if necessaiy, redesign of the pipe or stiuctures. All corrective worlc shall 11 be performed as approved by the City at no additional cost to Owner. 12 D. Obstructions: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.5 If the PTMT operations should encounter an object or condition that impedes forward progress, the Contractor shall notify the City immediately. The Contractor shall correct the condition, and remove, clear, or otherwise malce it possible for the PTMT inachine and jaciced pipe to advance past any objects or obstructions that impede forward progress. The Contractor shall proceed with removal of the object or obstruction by methods submitted by the Contractor and accepted by the City. The Contractor will receive compensation for removal of obstructions, which cannot be broken up by the cutting tools with diligent effort, and that are located partiaily or wholly within the cross-sectional area of the bore. Payment will be negotiated with the Contractor by the City on a case-by-case basis. The City shall be provided an opportunity to view obstruction prior to removal. Any removal process that does not allow direct inspection of the nature and position of the obstiuctioil will not be considered for payment. The Contractor will receive no additional compensation for removing, clearing, or otherwise malcing it possible for the PTMT machine to advance past objects consisting of cobbles, bouldeis, wood, unreinforced concrete, and other norunetallic objects or debris with inaximum lateral dimensions less than thirty percent (30%) of the outer diameter of the cutterhead. CL�ANUP AND RESTORATION 33 A. Cleanup and Restoration: 34 35 36 37 38 39 40 41 42 43 Cleanup: After completion of the pilot tube guided boring and pipe installation, all construction debris, sluriy, oil, grease, and other materials shall be removed fi•om the iustalled pipe, jacicing and receiving shafts, and all Contractor worlc areas in accordance with Division 1. 2. Restoration: � Restoration shall follow coustiuction as the Worlc progresses and shall be completed as soon as reasonably possible. Restore and repair any damage resulting fi•om surface settlement caused by shaft excavatioii, dewatering, or pilot tube guided boring. CULTURAL DISTRICT/WILL ROGERS, PART 3— HARL�Y/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 ,' 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 K�� 3.7 33 OS 28 PILOT TUBE GUIDED BORING Pagc 11 of 13 c. Any property damaged or destroyed, shali be restored to a condition equal to or better than existing prior to construction. d. Initial restoration shall be completed no later than thirty (30) days after the pipe is in place along any tumlel segment. RE-INSTALLATION [NOT USED] SITE QUALITY CONTROL A. Safety: 1. Methods of construction shall be such as to ensure the safety of the Worlc, Contractor's employees, the public, and adjacent property and improvements. 2. All Work shall conform to the requirements of OSHA. Perform all Work in accordance with the current applicable regulations of the Federal, State, and local agencies. In the event of conflict, comply with the more restrictive applicable requirement. Gas testing shall be performed by a certified gas tester in accordance with OSHA requirements. a. No gasoline powered equipment shall be permitted iu jacking and receiving shafts. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to applicable local, State, and Federal regulations. b. Fui7lish and operate a temporary ventilation system and air monitoring system conforming to the requirements of OSHA when personnel are in the shaft or undeiground. Operate and maintain a ventilation system that provides a sufficient supply of fi•esh air and maintains an atmosphere free of toxic or flammable gasses in all underground work areas. c. Perforin all Work in accordaizce with the current applicable regulations and safety requirements of the Federal, State and local agencies. Comply with all applicable provisions of and 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations, by OSHA. In the event of conflict, comply with the more stringent requirements. B. Daily Records: 1. Submit samples of the tunneling logs or records to be used at least 7 days prior to beginning Hand Tunneling. 2. Submit daily records to the City's Inspector by noon on the day following the shift for which the data or records were talcen. 3. Daily records shall include: a. Date b. Time c. Name of operator d. Tunnel drive identification e. Installed pilot tube/pipe nurnber and corresponding bore length f. Rate of advance g. Jacking forces CULTURAL DISTRICT/WILL ROGERS, PART 3— HAI2LEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 014C>8 33 OS 28 PILOT TUBE GU[DED BORING Pagc 12 of l3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 h. Volume of soil removed i. Line and grade j. Time required to tunnel each ring lc Time required to set subsequent ring 1. Spoil volumes (mucic carts per liner ring and estimated volume of spoil in each mucic cart) m. Grout volumes and pressures n. Soil conditions, including occuiyences of unstabie soils and estimated groundwater inflow rates, if any o. Line and grade offsets p. Any movement of the guidance system q. Problerns eucountered with the pilot tube guided boring fi�aine or other compouents or equipment r. Durations and reasons for delays � t. u v Manually recorded observations made: 1) At inteivals of not less than 2 eveiy 5 feet 2) As conditions change 3) As directed by the City Computer-recorded data should be referenced to time and distance and should be recorded at time intervals of two minutes or less. Manually recorded obseivations should be made at intervals of not less than once eve�y ten feet during the pilot bore and once per pipe during the remaining and final passes, whenever conditions change, and as directed by the City. At least seven (7) days prior to begimiing the pilot bore, the Contractor shall submit samples of the manual jacicing records. Samples shall include the manual logs or records to be used. w. Lubrications Records: 1) The Contractor shall provide lubrication records to the City. 2) These records shall include the injection locations, lubrication type and additives, and amount, in gallons, of lubricant pumped throughout a drive. 3) The record will also include the type of additive used and date, time, and drive distance when used. C. The Contractor shall allow access to the City and shall furnish necessary assistance and cooperation to aid the City in observations, measurements, data, and sample collection, including, but not limited to the following: 1. The Owner and/or Engineer shall have access to the operator control panel prior to, during, and following all pilot tube guided boring operations. This shall include, CULTUI2AL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 3.8 3.9 3.10 3.11 3.12 3.13 3.14 33 OS 28 PILOT TUBE GUIDED BORING Pagc 13 of 13 but not be limited to, providing visual access to real-time operator control screens, gauges, and indicators. 2. The Owner and/or Engineer shall have access to the jacking and reception shafts prior to, during, and following all pilot tube guided boring operations. This shall include, but not be limited to, visual inspection of installed pipe and veri�cation of line and grade. Tl�e Contractor shall provide safe access in accordance with all safery regulations. 3. The Owner and/or Engineer shall have access to spoils removed fi•om the tunnel excavation prior to, duriug, and foilowing all pipejacicing operations. The City shall be allowed to collect soil samples fi•om the muck bucicets or spoil piles a minimum of once per installed pipe section, or every ten (10) feet, whichever is more often, and at any time when changes in soil conditions or obstructions are apparent or suspected. SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANING [NOT USED] CLOSEOUT [NOT USED] PROTECTION [NOT USED] MAINTENANCE [NOT USED] ATTACHMENTS [NOT USED] END OF SECTION CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 330530-1 LOCATION OF EX[STING UTILITI�S Pagc I of 7 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 1.2 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 33 OS 30 LOCATION OF EXISTING UTILITIES A. SectioilIncludes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratoiy Excavation b. Vacuum Excavation B. Deviations fi�om this City oiFort Worth Standard Specification 1. Attached Exhibit A 2. Modified 1.3.A 3. Modified 1.3.B 4. Modified 1.4.A.1-3 5. Modi�ed 1.4.B.1 6. Modified 1.4.C.2 7. Added 3.2.B C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Exploratoiy Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work perfoimed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each `Bxploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcviscd Dcccmbcr 2Q 2012 City Projcct No. 014fi8 330530-2 LOCATION OP EXIST[NG UTILITIES P�gc 2 of 7 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 8) Fui7iishing, placing and compaction of bacicfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, ar� as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of bacicfill 9) Clean-up 10) Surface restoration 23 1.3 REF�RENCES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Definitions 1. Exploratoiy Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the pians through the use of staudard excavation equipment (See Exhibit A Attached). 2. Vacuum Excavation: Method used to locate existing undeiground utility as shown on the plans tlu•ough the use of geophysical prospecting equipment sucl� as vacuum excavation (See Exhibit A Attached). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 40 41 42 43 44 45 A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratoiy Excavation or Vacuum Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratoiy Excavation or Vacuum Excavation. 3. Coordinate stalcing of Exploratoiy or Vacuum Excavations with City at least 1 week prior to commencement. CITY OF ['ORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 330530-3 LOCATION OF EXISTING UTIL[TIES Pagc 3 of 7 1 B. Sequencing 2 l. Exploratoiy and Vacuum Excavations shall be conducted prior to tbe construction 3 of the entire project. 4 C. Scheduling 5 1. For critical utility locations, the City may choose to be present during excavation. 6 2. Alter schedule for Exploratoiy and Vacuum Excavation of Existing Utilities to 7 accoininodate City pei•sonnel. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS 11 A. Report of Utility Location 12 1. Horizontal location of utility as surveyed 13 2. Vertical elevation of utility as surveyed 14 a. Top of utility 15 b. Spring line of utility 16 c. Existing ground 17 3. Material type, diameter and description of the condition of existing utility 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAG�, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 112 WARRANTY [NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 1. Verify location of existing utilities in accordauce with the General Requirements, 29 the General Notes and the Drawings. 30 3.3 PREPARATION 31 A. Coordinate with City Suivey, if applicable. 32 B. Coordinate with City Water Department and meet requirements set forth in Exhibit A. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Dcccmbcr 20, 2012 City Project No. 01468 330530-�1 LOCATION OP GXISTING UTILITIES P�gc 4 of 7 1 3.4 INSTALLATION 2 A. Exploratory Excavation 3 1. Verify location of existing utility at location denoted on the Drawings, or as 4 directed by the City. 5 a. Expose utility to spring line, as uecessaiy. 6 b. Excavate and Backfill Trench for the Exploratoiy Excavation in accordance 7 with Section 33 OS 10. 8 B. Vacuum Excavation 9 l. Verify location of existing utility at location denoted on the Drawings, or as 10 directed by the City. 11 2. Designate the horizontal position of the existing underground utilities that are to be 12 located using geoplrysical prospecting equipment. 13 a. Acquire record docuinentation fi•om and eoordinate with utility coinpanies, as 14 necessaiy to locate utility. 15 3. Perform excavation in general accordance with the recommended practices aud 16 procedures described iu ASCE Publication Cl/ASCE 38. 17 C. Upon completion of the utility locating, submit a report of the findings. 18 D. If loeation of utiliry is in conflict with the Drawiugs, notify the City Project Manager 19 foi� appropriate design modifications. 20 E. Place embedment and bacic�ll in accordance with Section 33 OS 10. 21 F. Once necessaiy data is obtained, immediately restore surface to existing conditions to: 22 1. Obtain a safe and proper driving surface, if applicable 23 2. Ensure the safety of the general public 24 3. The satisfaction of the City 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD [oa] SITE QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 31 32 33 34 35 36 3.10 CL�ANING [NOT USED] 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT US�D] 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OF SECTION CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Deccmbcr 20, 2012 City Projcct Na 01468 330530-5 LOCATION OP' GXISTING UTILITIES Pagc 5 of 7 Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D.Johnson 13 — Added Definitions 3.4 — Added requirements for Vacuum Excavation 1 2 CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROG�RS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R1P JOHNSON Revised December 20, 2012 City Project No. 01468 330530-6 LOCATION OP GXISTING UTIL[TILS Pagc 6 of 7 EXHIBIT A 2 3 4 E 0 � s 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 IMPORTANT INFORMATION REGARDING CONTRACTOR LOCATION OF EXISTING UTILITIES Before crossing or encroachin� upon anv FWWD line, �eld veri�cation must be done DEFINITIONS: Vacuum Excavation: Previously called "pothole or potholing" within the City; a method used to locate existing underground utility as shown on the plans through the use of geophysical pi•ospecting equipment. such as Vacuum excavation is the preferred means of Field Verification. All existing wastewater or water lines that are to be crossed or run parallel within �fteen feet of centerline of proposed line shall be exposed via this method prior to construction or boring activities. Exploratory Excavation: Previously called "D-Hole or de-holing" within the City; a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. Lines exposed via this method are considered as a last resort depending on depth and age of pipe. Also a representative from the Water Department should be present while Excavation for is being performed. METHODS: Vacuum Excavation • Verify location of existing utility at location denoted or as directed by the City. • Notify of exposed utility line and provide City with access to the exposed line for mapping purposes. • Designate the horizontal position of the existing underground utilities as required on the profile sheet(s) of the construction plans and specify that are "to be located using geophysical prospecting equipment." • Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38. Exploratory Excavation • Verify location of existing utility at location denoted on the Drawings, or as directed by the City. • Expose utility to spring line, as necessary. • Excavate and Backfill Trench for the Exploiatory Excavation in accordance City of Fort Worth Standard Practices. • Notify of exposed utility line and provide the City with access to the exposed line for mapping purposes. CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised December 20, 2012 City Projcct No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 330530-7 LOCATION OF GXISTMG UTILITiES Pagc 7 of 7 If location of utility is in conflict with the Drawings, notify the City for in order for the appro�riate design modifications to be made on the plan(s). Place embedment and bacicfill as speci�ed by and in accordance with City of Fort Worth Standard Practices Once necessaiy data is obtained, itnmediately restore surface to existing conditions to: Obtain a safe and proper driving surface, if applicable Ensure the safety of the genera] public and to the satisfaction of the City of Fort Worth Contact information: for FWWD Utility Locate Of�ce - Leo Montemayor, Supervisor — Office - Cell— 817-944-3314 Mike Coolc, Engineering Tech II — Office - Cell — 817-584-1939 14 THESE REQUIREMENTS ARE REFERENCED IN THE CITY OF FORT WORTH STANDARDS CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRllCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Deccmber 20, 2012 City Project No. 01468 330541-i SHAI�T EXCAVATION AND SUPPORT Pagc 1 of 20 � 2 SECTION 33 OS 41 SHAFT EXCAVATION AND SUPPORT 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The minimum requirements and acceptable construction methocls for excavation and support of shafts for the trenchless consti-uction. 2. Depending on crossing location, acceptable shaft types may include: slide rail systems, soldier piles and lagging, auger-drilled shafts, secant pile shafts, liner plate, or other contractor proposed construction methods for jackingh•eceiving shafts subject to review and written approval by the City. Sloped open excavations, speed shores, and trench boxes shall not be allowed at any shaft location. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 OS 10 — Utility Trench Excavation, Embedment, and Backfill 4. 33 OS 22 — Steel Casing Pipe 5. 33 OS 23 — Hand Tunneling 6. 33 OS 28 — Pilot Tube Guided Boring 7. 33 OS 42 — Water Control for Shaft and Tunnel Constiuction 8. 33 OS 43 — Portal Stabilization 9. 33 OS 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measm•ement and Payment: l. Shaft excavation and support for trenchiess utility crossings. a. Measurement: 1) Tlus Item is considered subsidiary to Steel Casing Pipe installation. b. Payment: 1) The worlc performed and materials furnished in accordance with this item are considered subsidiary to the unit price bid per unit linear foot of By Other tl�an Open Cut Installation of Steel Casing Pipe to be completed in place and no other compensation will be aliowed. c. The price bid shall include: CULTURAL DISTRICT/W[LL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 CITY OF FORT WORTH 330541-2 SHAPT EXCAVATION AND SUPPORT Pagc 2 of 20 2 3 4 5 6 7 8 9 10 11 12 13 14 2 15 1.3 RETERENCES 16 A. Definitions: 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1) Site Grading 2) Temporaiy access road construction 3) Safety fencing and signage 4) Constiuction staging areas 5) Design and constructiou of shaft excavations and excavation support systems 6) Material disposal 7) Ground improvement 8) Protection, support and/or relocation of existing utilities 9) Covtrol and disposal of groundwater 10) Surface water, and construction water 11) Tumlel portal stabilization 12) Removal, bacicfilling, and abandoning of shafts 13) Site i�estoration Auger-Drilled Shaft: An excavation support system composed of a steel casing (usually a segmental corrugated metal pipe [CMP]) grouted in place inside an auger-drilled excavation. A large diameter drill rig is used to excavate a hole slightly larger than the required imier diameter of the shaft. During drilling, the excavation is lcept full of drilling fluid (usually polymer- based) with high gel strength, high density, and high viscosity to prevent caving, sloughing, or collapse of the excavation. When the drilling is complete, the prefabricated casing of the required diameter is lowered into the fluid-iilled excavatiou. A concrete seal, of suffcient thicicness to resist buoyant forces on the dewatered sl�aft and to prevent groundwater inflows, is then placed at the bottom of the shaft by tremie. Grout is then placed by tremie between the outside wall of the casing and the excavation wall. When the concrete and grout have cured, the drilling fluid can be pumped out of the shaft. A properly constructed auger-drilled shaft will provide a practically watertight shoring system. Bacic�ll Grouting/Primaiy Grouting: The injection of a fluid, rapid-setting, grout in sh�fts to fill the void behind liner plates or other shoring elements. 3. Contact Grouting/Secondaiy Grouting: The injection of fluid, non-shrink, rapid-setting grout into any remaining voids between the bacicfill grout and the prima�y support or excavated surface. 4. Liner Plate Shaft: A shaft farmed by sequential excavation and erection of support rings consisting of segmental steel liner plates. All voids between the excavation and the liner plates are filled with grout to ensure complete contact with the ground. CITY OF FORT WORTH CULTURAL D[STRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON City Project No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 I: 33 OS 41- 3 SHAF�T EXCAVATION AND SUPPORT Pagc 3 of 20 5. Secant Pile Shaft: A shaft that is formed by overlapping concrete piles. The concrete is placed using the n�emie metl�od, ii7 bored holes that are stabilized with drilling fluid and/or temporaiy casing. Secant pile shafts may be round or rectangular, using integral steel reinforcement or wales as necessary to support the piles. Secant pile shafts can be const�-ucted to provide a watertight shoring system. 6. Tunnel Portal Stabilization: Where the new tunneled pipelines enter or exit a shaft excavation, tl�e Contractor shall stabilize the portal to prevent soil or groundwater inflows into the shaft that may lead to settlement arouud the shaft or flooding of the excavation. Portal stabilization is required at all shafts and is subject to the requirements of 33 OS 43 — Portal Stabilization. Reference Standards: l. Reference standards cited in this Specifcation refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ACI a. 318 Building Code Requirements for Reinforced Concrete 3. AISC a. Manual of Steel Construction 4. ANSI/AWS a. D1.1 Sh-uctural Welding Code 5. AREMA a. "Manual for Railway Engineering" 2005 Edition. 6. ASTM A a. 36 Speci�cation for Structural Steel 7. American Association of State Highway and Transportation Officials (AASHTO): a. HB-17, Standard Specifications for Highway Bridges. 8. Occupational Safety and Health Administration (OSHA) a. Regulations and Standards for Underground Consttuction, 29 CFR Part 1926, Subpart S, Underground Construction, and Subpart P, Excavations C. Reference Documents: 1. Appendix GC-4.02: Subsurface and Physical Conditions 1.4 ADMINISTRATIVE REQUIREMENTS A. All work by the Conh•actor shall be done in the presence of the City unless the City grants prior written approval to perform such work in City's absence. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON City Project No. 01468 330541-4 SHAFT GXCAVAT[ON AND SUPPORT Page 4 of 20 1 1.5 SUBMITTALS 2 A. Submittals shall be inade in accordance with Section Ol 33 00 — Submittals. 3 B. All submittals shall be approved by the Engineer or the City prior to deliveiy. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Qualifications: 6 7 8 9 10 11 12 13 1. Submit the name and qualifications of person(s) responsible for each excavation support system design. 2. Subinit the qualifications of shaft subcontractor for each shaft type to be constructed. Subinit iuformation confirming that each subcontractor meets the requirements listed in Paragraph 1.9 A 2. 3. Provide project name, date, owner's contact information, details of shaft geometry and construction, and soil and groundwater conditions. B. Shop Drawings: 14 1. Schedule and sequence of shaft const�-uction including major milestones such 15 as: installation of shoring, water control, excavation, installation of 16 wales/struts, installation of tremie seal/groundwater control, installation of 17 worlcing slab, dewatering of shaft interior. 18 2. Scaled drawings (plan and section views with dimensions and sizes) showing: 19 a. The proposed shaft elements and shoring system to be used at each 20 crossing location 21 b. Adjacent and nearby existing structures and utilities 22 c. Details of trenchless pipe penetratious 23 d. Details of pipe penetrations for connection to open cut sections of the 24 pipeline 25 e. Staging areas for all shaft constiuction operations. 26 27 28 29 30 31 32 33 34 35 36 37 38 3. Design Calculations: submit all calculations in a legible, comprehensible format, the calculations shall be performed by or under the direct supervision of a Civii Engineer registered in the State of Texas, who shall stamp and sign the design calculations. a. Provide design calculations for the shoring and bracing indicating it can withstand: all earth and groundwater pressures, equipment and applicable h•affic and construction loads, otber surcharge loads in accordance with the site couditions, the information listed in the Geotechnical Engineering Report, and any other requirements described in these Drawings and Specifications. b. For shafts subject to groundwater loading, provide design calculations indicatuig the structural design of the tremie seal and working slab and uplift resistance of the shaft. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 330541-5 SHATT EXCAVATION AND SUPPORT Pagc 5 of 20 0 5 � 1) Coi�firn� that tremie seal and working slab weight, structural connection to shaft walls, and any frictional resistauce assumed along sidewalis of the shaft are adequate to resist uplift and that assumptions are reasonable and appropriate. 2) Show that a minimum factor of safety against uplift failure of 1.1 is achieved under the most extreme loading conditions. Methods and details of excavation, containment, hauling, and disposal of the excavated materials, all spoils, and other inaterials used in shaft construction. Written documentation signed by the disposal site owner or manager indicating that the site will accept the muck and that the site is in compliance with all applicable local, State, and Federal regulations. Describe procedures for excavation of the spoils from the shaft interior. a. Describe the procedures for excavation of materiai below the reach of conventional hydraulic excavators or for hard/veiy dense soils and rock. b. For shafts that extend below groundwater, describe procedures for groundwater control during excavation (groundwater cutoff, grouting, etc.) or procedures for "in-the-wet" excavation and shaft bottom seals. 7. Describe procedures for dewatering the shaft interior after excavation is complete (for "iu-the-wet" construction), and for control of groundwater inflows after excavation has been coinpleted, method of maintaining bottom stability, and protection of subgrade. 8. Concrete mix information and placement pr•ocedures for the tremie seal, worlcing slab and/or any annular grout. Describe procedure for installing concrete tremie slab and working slab to the required thicicness and at the correct elevation. 9. 10. 11. 12. CITY OF rORT WORTH Details for protecting/relocating existing utilities and structures within zone of influence. Details of procedures for preloading bracing members. Procedures for checicing and maintaining plumbness of the shaft and ensuring proper elevation is reached. Additional submittals for Specific Shaft Types: a. Auger-Drilled Shafts: 1) Description of equipment and procedw•es to be used to construct the auger-drilled shafts, to execute the associated tremie seal installation, grouting, and dewatering. a). Describe procedure for drilling and reaming shaft excavation, inclucling diameter and depth of initial pilot hole, outer reamed starter hole and liner, and final reamed hole and liner. b). Describe procedure for installing and grouting all liners, including sequence of operatious and grout mixture. CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON City Project No. 01468 330541-6 SHAFT EXCAVATION AND SUPPORT Pagc ( of 20 I 2 3 4 5 c). Describe the drilling fluid, indicating propei�ties and confirin adequacy to resist groundwater and earth pressures acting on bore walls. Provide MSDS and supplier cut sheets. Show volurne calculations to eusure adequate volume of drilling fluid will be available to lceep bore filled. 6 b. Secant Pile Shafts: 7 1) Description of the equipment, procedures, and sequence to be used to 8 constiuct the secant pile shafts. 9 a). Details for drilling teinplate to ensure that secant piles are drilled 10 contiguously, without gaps. 11 b). Background on the drilling equipment and procedures and its 12 successful use on other projects with similar soil conditions 13 14 15 c). Methods for providing continuous support of the bore holes during drilling, including design of the drilling fluid if it is to be used. 16 d). Method of monitoring deviation from vertical of pile holes 17 during excavation, and details of proposed coiyective measures 18 to be implemented if necessaiy. 19 e). Methods for placing tremie concrete and handling displaced 20 drilling fluid, if applicable. 21 fl. Methods for installing reinforcing or wales. 22 c. Liner Plate Shafts: 23 1) Description of the equipment, procedures, and sequence to be used to 24 construct the liner plate shafts, to execute the associated grouting and 25 treinie seal installation. 26 a). Manufacturer's literature and design calculations for the liner 27 plate, based on anticipated loading conditions. 28 b). Details of plates including grout holes, boltholes, bolt sizes, 29 sealauts, gaslcets, and grommets where used. �c c). Material specifications for mechanical connectors, grout plugs, and grout sleeves 32 d). Excavation dimensions for each proposed shaft section. 33 e). Typical liner plate rings, geomet�y. 34 fl. Details of assembly, bacicfilling, and grouting. Show iustallation 35 details including: 36 (1). Requirements for staggeriug of adjacent rings 37 (2). Use of tie rods (hog rods) if necessaiy during grouting 3 8 operations 39 (3). Grout seals required to maintain bacicfill grout in place and 40 to prevent flow bacic into shafts. CITY OF rORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. O1468 330541-7 SHA[T EXCAVATION AND SUPPORT Pagc 7 of 20 1 2 3 4 5 6 7 g). A description for backfill/primary grouting operations that inchides sketches as appropriate, indicating type and location of inixing equipment, pumps, injection points, venting method, direction of flow, pressure measurement and maximum allowable pressure, blocking or otherwise securing liner to avoid floating or excessive displacement, volume measurement, grouting sequence, schedule, and stage volumes. 8 h). A grout mix design report includiug: grout type and designation; 9 grout mix constituents and proportions, including materials by 10 weight and volume; grout densities and viscosities, including wet 11 density at point of placement; initial set time of grout; bleeding/ 12 shrinlcage/expansion; and compressive strength. 13 i). Certifcates: Submit manufacturer's written certification that steel 14 liner plates, bolts, washers, grommets and gaslcets, meet or 15 exceed specified requirements. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED) 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. Qualifications: 20 21 22 23 24 25 26 27 28 l. Failure to meet the qualification requirements is failure to fulfill the Contract and the Contractor will be required to obtain a subcontractor that meets the qualification requirements. 2. The Contractor who shall perform the Work specified herein shall have successfully completed at least five (5) shafts utilizing each of the proposed shaft construction methods of similar size, depth, and complexity, and in similar ground conditions, within the past five (5) years. In addition, the Superintendent(s) for the constiuction work shall have demonstrated successful experience with the proposed shaft constiuction method(s). 29 3. Quality control, testing, and iuspection shall be provided as required by the 30 Contractor's design engineer and in accordance with approved submittals. 31 The Contractor's design engineer shall visit the site to observe the Work in 32 progress on at least a weekly basis or more frequently if required by the City. 33 4. The Contractor shall immediately notify the City, in writing, when any 34 problelns are encountered with equipment or materials, or if the Contractor 35 believes the conditions encountered are materially and significantly different 36 from those represented within the Contract Documents. 37 38 39 5 The Contractor shall allow access to the City and shall furnish necessaiy assistance and cooperation to aid the City in observations and data and sample collection. CITY OF rORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 os a�- a SHAFT GXCAVAT[ON AND SUPPORT Pagc S of 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 6 7 2.2 MATERIALS 8 A. All tunber and stiuctural steel used for the supporting systems, whether new or used, 9 shall be sound and fi•ee fi•om defects which may impair strength. 10 B. Stiuctural Steel: ASTM A 36 or better, unless approved otl�erwise. i l C. Liner Plate: ASTM A569 and section 15 of AASHTO "Standard Specifications for 12 Highway Bridges" for tunnels beneath roads or Chapter 1, Section 4.15.5, Table 1-4- 13 38 of AREMA "Manual for Railway Engineering" 2005 Edition foi� tunnels beneath 14 railroads. 15 16 1� 18 19 D 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 a. L7 Eveiy other plate radially of eveiy second ring vertically shall be fitted with a minimum 1-1/2 inch diameter grout hole. Where shown on the Drawings, liner plate flanges shall be provided with factoiy-installed gaskets. Design Criteria: 1. The Conh�actor shall have sole responsibility for selection of shaft types, construction methods, and shaft excavation sizes to complete the worlc, meeting tl�e requirements of these Specifications. The size of the shafts shall be adequate to complete all trenchless construction and to constiuct all structures indicated on the Drawings. 2. Depending on crossing location, acceptable shaft types may include: slide rail systems, soldier piles and lagging, auger-drilled shafts, secant pile shafts, liner plate, or other Contractor proposed construction methods for jacicingh�eceiving shafts subject to review and written approval by the City. See the Drawings for allowable shaft types for each crossing. Sloped open excavations, speed shores, and trench boxes shall not be allowed at any crossing. 3. The use of blasting is prohibited. 4. Excavation support systems shall be designed by or under the direct supervision of a Civil or Structural Engineer registered in the State of Texas who has a minimum of five (5) years experience in the design of soil retaining structures, and who sl�all stamp and sign the submittals and shop drawings 5 The Contractor's licensed engineer shall design all shafts to provide a continuous, dry, excavation support system. C[TY OF rORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 330541-9 SHATT EXCAVATION AND SUPPORT Page 9 of 20 1 2 3 4 5 6 7 8 9 10 6. Shafts shall be designed to support earth and groundwater pressures, equipment, applicable traffic, and construction loads and pressures (i.e. am�ulus grouting pressw•es), and other surcharge loads in accordance with the site conditions, the Geotechnical Engineering Report, and any other requireinents described in these Drawings and Specifications. 7. Shafts shall be designed to withstand the full hydrostatic head of groundwater or shall include provisions for dewatering to completely remove groundwater loading. 8. Design excavation support systems in accordance with AISC and ACI code provisions, as applicable. 11 9. The shaft design shall allow the safe and expeditious construction of the 12 permanent facilities without excessive movement or settlement of the ground 13 and in a manner that will prevent damage to, or movement of, any adjacent 14 structures, utilities, or other facilities. 15 10. The shafts shall be of a size large enough to facilitate all necessaiy 16 groundwater control, construction operations including the trenchless pipe 17 installation, construction of any structures shown on the Drawings, and 18 pipeline connections to open-cut reaches of the work. 19 20 21 22 23 24 25 11. The Contractor shall ensure that the depth of the shaft excavations allows sufficient vertical clearance for placement of the worlcing slab and jacicing frame at the required elevations and angles to install the pipeline, as shown on the Drawings. Suivey of final shaft bottom elevations shall be recorded and submitted. 12. The shaft floors shall be designed with a sump to remove any groundwater, rainwater, runoff, or construction water that enteis the shaft. 26 a. The Contractor shall not discharge groundwater inflows into storm 27 sewers, sanitaiy sewers, water bodies, or streets without obtaining and 28 submitting copies of the required permissions and/or peimits. 29 b. Contractor shall properly dispose of groundwater in accordance with 30 permit requirements and the requirements of 33 OS 42 — Water Control 31 for Shaft and Tunnel Construction, and other applicable Sections. 32 33 34 35 13. All shafts shall be designed with a concrete worlcing slab to provide a stable platform to complete the Work. The working slab at each excavation where groundwater is above the invert of the shaft shall be designed to protect the excavation iuvert in accordance with these minimum design criteria: 36 a. All shafts shall have a finished concrete tremie seal and/or worlcing slab 37 and adequate sump pumping system to control groundwater inflows 38 through the bottom of the shaft and to resist uplift of the completed shaft. 39 b. The tremie seal and worlcing slab reinforcing may be designed to 40 structurally tie the slab to the shaft walls to talce advantage of the shaft 41 dead weight and sidewall friction ni resisting uplift due to buoyancy, if 42 necessary. CITY OP }�ORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 05 41- 10 SHAFT EXCAVATION AND SUPPORT Pagc 10 of 20 1 2 3 4 5 6 7 8 9 10 ll 12 13 a. The sh•ength of any grout mixture used to fill the atmulus between the iuternal shoring or other supports and the excavation, if used, shall be selected to allow the tumleling equipment to efficiently excavate or advance tluough the grouted annulus during both launch and reh•ieval. � c. The tunueling subcontractor shall be consulted to ensure compatibility between the grout strength and tumleling equipment. The minimum strength of the grout mixture shall equal or exceed the strength of the soils outside the excavation. 14 15. The support systems shall be designed to protect adjacent utilities from 15 damage and to miuimize horizontal and vertical movemeuts to below the 16 maximuin allowable values for deformation which are speciiied in 33 OS 44 — 17 Settlement Monitoring. 18 16. The shafts shall be designed for staged installatiou and removal of all portions 19 of the upper 10 feet and to accommodate construction of connections and 20 bacicfill sequences, unless otherwise noted on the Drawings. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 � d. Shafts shall be capable of resisting expected hydrostatic uplift with a minimum safety factor of at least 1.1. Be capable of supporting such combined dead aud live loads as are required by the Contractor's means and methods. 14. Grout: 17. The Contractor is respousible for providing all necessary Portal Stabilization measures to prevent the inflow of soil or rocic and control the inflow of gr•oundwater through the tunnel portals at all shafts as speciiied in 33 OS 43 — Portal Stabilization. 18. Shafts in active use shall be surrounded by safety fencing, consisting of six- foot high chain liulc fence, installed completely around the shaft perimeter and shall have a locicable entty gate to prevent unauthorized access. Shafts not in active use for more than 72 houis shall be covered with traffic plates or surrounded with a 6-foot high chain link fence and safety cage or netting to prevent unauthorized entiy or access. 19. The Contractor is allowed to install and operate Contractor-designed groundwater pumping systems outside of shafts, provided that the Conri•actor obtains necessaiy permits for handling, treatment, and disposal of groundwater and complies with permit requirements and local, State, and Federal regulations and statutes. Perform all dewatering worlc in accordance with 33 OS 42 — Water Control for Shaft and Tunnel Construction. 20. CITY OP FORT WORTH Auger-Drilled Shafts: a. The steel liner shall be designed to resist lateral earth pressures and groundwater pressures based on the information in the Geotechnical Engineering Report. CULTURAL DISTRICT/WILL ROGLRS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 05 41- 11 SHA�T EXCAVATION AND SUPPORT Page 11 of 20 � � � 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 b. The drilling fluid used to support the excavation shall have adequate viscosity, gel strength, density, and other required properties to safely support earth and groundwater loads deterinined based on the Geotechnical Engineering Report. 21. Secant Pile Shafts: a. Secant pile shaft designs, installation equipment, and methods shall be compatible with the conditions described in the Geotechnical Engineering Report. b. Individual bore holes shall be completely supported with stabilizing drilling fluid or temporaiy casing at all times during drilling. c. Individual secant piles shall be installed within a tolerance of 0.5% of h-ue vertical. d. The following will be considered defects/defective piles requiring satisfactoiy repair or replacement 1) Exceeds specified vertical tolerances. 2) Less than the minimum wall thicicness/interlock between piles shown on the Contractor's approved shop drawings. 3) Less than minimum concrete strength required by Contractor's design and submittals. 4) Voids/cavities/honeycombing 22. Liner Plate Shafts: a. Initial ground support requires the use of steel liner plate and steel support rings. b. The Contractor shall prepare the shaft design based on excavation by trackhoe, hoe-ram, and/or mini-excavator/loader in conjunction with liner plate support. c. Liner Plates 1) Liner plates shall be designed so that erection and assembly cau be accomplished entirely fi•om inside the shaft. 2) Liner plates shall be capable of withstanding the ring thrust load and transmitting this load fi•om plate to plate. 3) The minimum thickness of liner plates shall be determined by the Contractor's shaft design engineer. d. Grouting 1) All voids behind liner plates shall be fully grouted. 2) Grouting shail be performed in a sequence which will preclude deflections exceeding 5 percent of the shaft diameter. 3) At minimum, grouting shall be performed at the end of each day 2.3 ACCESSORIES [NOT USED] CITY OI' FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33054I-12 SHAI�T GXCAVATION AND SUPPORT Pagc I2 of 20 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. Shaft Constiuction shall not begin until the following taslcs have been completed: 7 1. All required submittals have been made and the City has reviewed and 8 accepted all submittals. 9 2. Review of available utility drawings and location of conduits and 10 underground utilities in all areas where excavation is to be performed. 11 a. The Contractor shall notify the Texas One Call system (800-245-4545) to 12 request marking of utilities by utility owners / operators that subscribe to 13 One Call, and shall individually notify all other lcnown or suspected 14 utilities to request marlcing of these utilities. 15 b. Repair damage to existing utilities resulting fi�om excavation at uo 16 additional cost to the City. 17 3. Site safety representative has prepared a code of safe practices iu accordance 18 with OSHA requirements. 19 a. Provide the Engineer and Owner with a copy of each prior to starting 20 shaft constiuction. 21 b. Hold safety meetings and provide safety instruction for new employees 22 as required by OSHA. 23 3.4 INSTALLATION 24 A. General: 25 1. Corrective measures shall be immediately talcen where movement or 26 deforination of support systems may in any way impair the integrity of the 27 support system or that of adjacent facilities. 28 2. All excavated spoils, and other materials used during shaft construction, shall 29 be completely contained when stocicpiled on site, and shall be disposed of by 30 the Conh•actor in accordance with the accepted disposal plan at the 31 completion of shaft constiuction. 32 a. Any spills shall be completely contained and cleaned up promptly by the 33 Contractor. 34 b. Under no cu•cuinstances shall spoils, drilling fluids, groundwater inflows, 35 or consriuction water enter any sanitaiy or storm sewers, or any water 36 body. 37 c. Contractor shall properly dispose of groundwater in accordance with 38 permit requirements. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 014(A 33 05 41- 13 SHAFT GXCAVATION AND SUPPORT Pagc 13 of 20 1 2 3 4 5 6 7 8 3 � E 9 10 11 12 13 14 15 16 � 17 18 19 20 21 22 23 24 25 26 27 28 29 30 B 31 32 33 34 35 36 37 38 39 40 41 42 Settling of adjacent property aild/or facilities will not be permitted. Settlement monitoring of adjacent facilities shall be conducted in accordance with 33 OS 44 — Settlement Monitoring. All welding shall conform to the applicable provisions of ANSI/AWS Dl.l. Vertical Deviation: a. Care shall be talcen to lceep the shafts plumb during eonstruetion. The deviation from plumb shall not exceed one (1) foot (12 inches) in 100 feet, or 1%, unless otherwise specified herein. b. Any coi7•ection of shaft deviation, and any constiuction and associated costs resulting fi•om relocation of appurtenances inside the shaft, including the tunneled pipe connections and the launch and retrieval seals, caused by the shaft's deviation fi•om plumb or other deiiciencies in workmanship shall be accomplished at the Contractor's expense and shall not be cause for schedule extension. For trenchless shaft penetrations, provide watertight gasketed seals and portal stabilization at all locations. 7. Pumping fi•om shaft sumps shall not result in boils, softening of the grouud, or loss of fines. Sumps, subdrains, and drain blankets shall be installed as necessaiy, using suitable �lters or screens so that fines are not removed fi�om the formation. 8. Shafts in active use shall be surrounded by safety fencing, consisting of six- foot high chain link fence, installed completely around the shaft perimeter and shall have a lockable entiy gate to prevent unauthorized access. Shafts not in active use for more than 72 hours shall be covered with traffic plates or surrounded with a 6-foot high chain link fence and safety cage or netting to prevent unauthorized enhy or access. 9. The shoring system shall extend not more than 5 feet and not less than 3 feet above natural ground surface to prevent accidental or unauthorized entiy. 10. Safety rails shall be installed in accordance with applicable safety regulations. Internal Bracing and Support System: 1. The internal bracing support system for shafts shall include wales, struts, and/or shores where necessaiy. a. Stiuts with intermediate bracing shall be provided as needed to enable shafts to ca�7y maximum design load without distortion or buckling. b. Web stiffeners, plates, or angles shall be included as needed to prevent rotation, crippling, or buckling of connections and points of bearing between stiuctural steel members. Allow for eccentricities caused by field fabrication and assembiy. CITY O� FORT WORTH c. All bracing support members shali be installed and maintained in tight contact witb each other and with the surface being supported. d. Bracing members shall be preloaded by jacking stiuts to control shoring movement. CULTURAL DISTRICT/WILL ROG�RS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 014fi8 33 05 41- 14 SHAFT LXCAVATION AND SUPPORT Pagc 14 of 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 C 35 36 37 38 39 40 41 1) Bracing members shall be preloaded in accordance with methods, procedures, and sequeuce as described in the submittals. 2) Excavation worlc shall be coordinated with installation of bracing and preloading. 3) Steel shims and steel wedges shall be welded or bolted in place to maintaiu the preloading force in the bracing after release of the jacicing equipment pressui•e. 4) Support and preload shall be installed iinmediately after installation and prior to continuing excavation. e. Procedures that produce uniform loading of braciug member shall be used without eccentricities or overstressing and distortion of inembers of system. 2. Stiuts shall be installed and preloaded by jacking to 50% of design capacity, before excavation resumes. Steel wedges, or shims, shall be installed and welded in place to locic in preloaded stresses and prevent excessive lateral deformations. 3. Internal supports, including wales, struts, and corner braces, shall be installed sequentially as the shaft is excavated. a. At no time shall the unsupported excavation depth exceed the Cont�•actor's design location for wales or stiuts, plus 2 feet, as shown on the Contr•actor's submittals. b. All internal supports shall be installed within +/- 3 iuches of design locations shown on approved submittals. 4. Tiebacics shall be used where proposed in conjunction with or in lieu of struts, bracing and shores. a. Tiebacics shall be designed, installed, and tested in accordance with recommendations of the Post Tensioning Iustitute. 1) On-site tests shall be performed to demonstrate adequacy of tiebacics for subsurface conditions. 2) Tiebacic leugths shall be adequate to obtain anchorage behind potential failure plane of excavation. 3) Conduct proof-tests, performance tests and lift-off tests of the tiebacic systems to verify capacity and locic-off load. Soldier Pile and Lagging Shaft Installation: l. Install piles in predrilled holes, to the tip elevations shown in approved submittals. Provide casing or drilling mud to prevent caving of holes and loss of ground. 2. After each soldier pile has been seated plumb in the drill hole, encase it with concrete or crushed roelc fi•om the tip to the bottom level of the �nal excavation. 3. Apply vibration through the pile. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 41- I5 SHAI�T EXCAVATION AND SUPPORT Page I S of 20 1 2 3 4 5 6 7 8 9 C 4. Concrete strength shall be in accordance with subinittals, and shall be placed by means of a tremie system. 5. Provide timber, steel, or precast concrete lagging or steel sheets of suf�cient thicicness to withstand lateral earth pressures. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0 6. Install lagging with no gap between adjacent boards. As installation progresses, backfill the voids between the excavation face and the lagging with sand, pea gravel, or lean grout packed into place. Pack with inaterials such as hay, burlap, or geotextile fabric where necessaiy to allow drainage of groundwater without loss of ground due to piping. Auger Drilled Shaft Construction: 1. Drilling Fluid: a. At all times during drilling, reaming, liner installation, and grouting, the excavation sball be kept filled with stabilizing drilling fluids to safely support the excavation and resist bottom heave, caving and sloughing. b. Tbe shait shall be lcept adequately filled with drilling fluid until the tremie seal concrete and annulus grout has reached sufficient strength to resist uplift without failure or cracking. c. The drilling fluid shall be properly designed, mixed, and stored in sufficient volume near the excavation to ensure that the excavation can be kept adequately filled and stable. d. Drilling fluid shall be replenished as necessary to maiutain required stabilizing properties. 2. The Contractor shall avoid applying excessive bending, torsional, or point loads to the steel liner during installation and grouting. 3. The excavation shall be of sufficient diameter to allow installation of the steel liner without scraping or gouging of the shaft excavation sidewalls. 4. The Contractor shall completely grout the annulus outside of the steel liner. Grouting pressures shall be carefully controlled to prevent bucicling or damage to the liner Secant Pile Shafts: 1 2 The Contractor shall consh-uct proper guides to help achieve the necessary position and vertical alignment of the secant piles. Guides shall be fully constructed prior to construction of secant piles. Secant pile bore holes shall be completely supported by properly designed drilling fluid or continuous temporaiy casing at all times during drilling. 3. Casing: a. If used, casings shall be equipped with cutting teeth to provide positive cut into the previously installed adjacent piles and instalied by either rotating or oscillating the casing. b. Installing the casing by vibratoiy or percussive means will not be allowed. CULTURAL DISTRICT/WILL I20GERS, PART 3— HARLEY/ MONTGOMERY/ KIP JOHNSON City Project No. 01468 CITY Or FORT WORTH 33 05 41- 1C SHAFT EXCAVATION AND SUPPORT Pagc 16 of 20 2 c. Remove temporary casing while tl�e concrete remains workable. d. Sufficient quantity of temporaiy casing shall be onsite at all times. 3 4. Excavatc bore holes in such a mamier that the soil outside the pile diameter is 4 not adversely affected. Use pile boring inethods that will ininimize over- 5 excavation, loosening, and caving of material outside the pile diameter. 6 5. Pile borings shall be coinpleted continuously fi�om the ground surface to the 7 required depth and backfilled with conerete. If the pile excavation and 8 bacicfilling cannot be completed in a contiuuous operation, the excavation 9 shall be backfilled to a miniinuin depth of 5 feet above the bottom of the 10 excavation. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 F. 29 30 31 32 33 34 35 36 37 38 39 40 41 6. Do not advance secondaiy piles until concrete in adjacent primary piles has been iu place a ininiinum of 24 hours, or if adjacent primaiy piles contain unset concrete. 7. Place concrete by the tremie method, in such a manner that the concrete displaces the drilling fluid or groundwater, progressing fi�om the bottom and rising uniformly to the ground surface. Concrete placement shall continue in one operation to the top of tl�e pile hole. Throughout the underwater concretc placement operation, the discharge end of tl�e tube shall reinain submerged in the concrete by at least 5 feet. 8. Casing shall be extracted while the coucrete within remains sufficiently worlcable to ensure that the concrete is uot lifted. When the casing is withdrawn as concreting proceeds, a suf�cient head of concrete shall be maintained to prevent the enhy of groundwater or soil that may cause reduction of cross-section of the pile. 9. For those piles determined to be defective, the Contractor shall submit a remedial action plan to the City for review. Only proven methods and materials will be allowed for repair. Liner Plate Shaft Construction: Longitudinal joints in adjacent rings shall be staggered and not in aligmnent more often than every secoud ring. Grouting: 1. 2. a. b. c. d. e. Eveiy second liner plate in a ring shall be provided with 1.5-inch or larger grouting holes located near the centers. The holes in each ring shall be staggered resulting in a diamond pattern for grout holes. All space between the liner plate and the earth shall be filled with grout forced in under pressure. Enough water sl�all be used to produce, when well mixed, a grout having the coilsistency of thicic cream. As the pumping through any hole is stopped, it shall be plugged to prevent bacicflow of grout. C[TY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 1 2 33 05 41- 17 SHAI'T GXCAVATION AND SUPPORT Pagc 17 of 20 f. The Contractor shall provide more specific backfill grout requirements in the shaft design submittal. 3 g. Grouting shall be performed in a sequence which will preclude 4 deflections exceeding 5 percent of the shaft diameter. At minimum, 5 grouting shall be performed at the end of each day. 6 3. Shaft excavation shall not proceed inore than 30 inches below the bottom of 7 the last row of liner plate before installation of another row of liner plate. . 1 Il 12 4. Use steel ribs, tie rods, sYiffeners, or other restraint as required to maiutain the liner plate ring in a true circle without bucicliug until backfill grouting operations are complete. 5. Ribs shall be blocked to the liner plate by hardwood wedging/blocking at two points per plate. Nail wedges to preclude loosening. 13 6. Erect liner plates with tight, clean joints, (and gaskets where shown on the 14 Drawings) and in a mamler which will not deform or overst�•ess the coinpleted 15 rings. Flanges shall be clean and free fi•om material that could interfere with 16 proper bearing. 17 7. Previously placed rings of liner plates shall be monitored daily for signs of 18 damage or distress. Where the City or the Contractor obseives damage or 19 distress, promptly repair or replace such elements, as appropriate, and at no 20 additional cost to the Owner. 21 G 22 23 24 25 Shaft Bottom Stability and Groundwater Inflows: 1. The Contractor is responsible for preventing, controlling, or otherwise handling groundwater inflows into the shaft excavations. All groundwater inflows shall be collected and disposed of in accordance with 33 OS 42 — Water Control for Shaft and Tunnel Construction. 26 2. The Contractor shall control groundwater inflows to prevent heaving, boiling, 27 piping, or other loosening of the subgrade that will compromise shaft integrity 28 or provide unsuitable fouudation for the pipe and/or mauholes. 29 H. Poi�tal Stabilization: 30 31 1. For all shafts, prior to initiating penetration through the shaft wall, securely install tunnel entiy/exit seals. 32 2. The Contractor shall stabilize the ground outside the shaft seals as specified in 33 33 OS 43 — Portal Stabilization, to facilitate launching or receiving of the 34 tunneling equipment fi•om the shafts. 35 I. Settlement Instrumentation and Monitoring: 36 37 38 39 40 41 42 1. Performance of excavation support system shall be inonitored for both horizontal and vertical deflections. 2. If excessive settlement or deflections of supports or nearby utilities or other improvements occur that exceed those values predicted by the Contractor's shoring designer and the maximum allowable values specified in 33 OS 44 — Settlement Monitoring, modifications to the excavation and shoring approach will be required. CITY OF rORT WORTH CULTURAL DISTRICT/W[LL ROGERS, PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON City Project No. 014(8 33osai-�s SHAFT EXCAVATION AND SUPPORT Pagc 18 of 20 a. Revised shop drawings and calculations shall be submitted to the City. 2 3 4 J 5 6 7 8 9 10 11 12 b. Changes to excavation sequence and shoring shall be implemeuted as may be necessary at no additional cost to the Owner. Shaft Removal and Bacicfill: 1. The Contractor shall remove shoriug to a depth of 10 feet, and as required to accotrunodate constiliction of connections and bacicfill sequeuces, unless otherwise noted on the Drawings. a. All shoring elements located in the upper 10 feet, including shaft walls, wales, stiuts, lagging, and shores shall be removed fi•om the excavation prior to restoration. b. Shoring elements that remain in place shail be identified on the record drawings. 13 c. Removal of the support system shall be performed in a manner that will 14 not disturb or hai-�n adjacent construction or facilities and only after 15 backfill has been fully compacted. 16 d. Any voids created or encountered during the removal of the support 17 system shall be iinmediately �lled with grout as specified in 33 05 45 — 18 Contact Grouting, or as approved in writiug by the City. 19 20 21 22 23 24 25 e. The support systein removed fi�om the excavation shall remain the property of the Contractor and shall be removed from the site. 2. The use of imported materials for shaft bacicfilling shall be required as shown on the Drawings. Where not shown on tbe Drawings, backfill of shafts shall be as Specified. Bacicfill materials shall be placed and coinpacted in accordance with the requirements of Section 33 OS 10 Utility Trench Excavation, Einbedment, and Bacicfill. 26 3.5 CLEANUP AND RESTORATION 27 A. The Contractor shall remove all coustruction debris, spoil, slurry, oil, grease, and 28 other materials fi•om the shaft, pipeline, and all surface worlc areas upon completion 29 of construction of the pipeline. 30 31 32 33 34 35 36 37 38 39 40 B. Restoration shall follow const�-uciion as the Worlc progresses and shall be completed as soon as reasonably possible. 1 2 3 4 Restore and repair any damage resulting fi•om surface settlemeut caused by shaft excavation. Any property damaged or destroyed, shall be restored to a condition equal to or better than that to which it existed prior to constiuction. Restoration shall be eompleted no later than 30 days after tumieling is complete, or earlier if required as part of a permit or easement agreement. This provision for restoration shall include all property affected by the construction operations. C. Post-Construction: CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 05 41- 19 SHn1�T F,XCAVATION AND SUPPORT Pagc 19 of 20 � 1 2 3 4 3.6 5 3.7 6 7 8 9 10 11 12 13 14 15 l. Wifllin 15 days of backfill of excavations, the Contractor shall submit a detailed as-built location plan of all remaiuing buried shoring members including size, location, and cutoff elevation. RE-INSTALLATION [NOT USED] SITE QUALITY CONTROL A. Safety: 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 B. 32 33 34 35 36 1 � No gasoline powered equipment shall be permitted in receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. The Contractor shall be solely responsible for, and bear the sole burden of cost for any and all damages resulting fi•om improper shoring or failure to shore. 3. The safety of workers, the protection of adjacent structures, property and utilities, and the installation of adequate supports for all excavations shall be the sole responsibility of the Contractor. 4. The design, planning, installation, and removal of all shoring shall be accomplished in such a manner as to maintain stability of the required excavation and prevent movement of soil that may cause damage to adjacent shoring systems, stluctures and utilities, dainage or delay the Worlc, or endanger life and health. 5. All materials and methods of constiuction shall meet the applicable requirements of the Contract Documents. Particular attention is called to Subpart P— Excavations and Subpart S— Underground Constiuction of the Standards (29 CFR 1926/1920, published as U.S. Department of Labor Publication 207, revised October 1, 1979, and revised again August 1, 1989. 6. Perform all Work in accordance with ail cui7�ent applicable regulations and safety requirements of the Federal, State, and Local agencies. Coinply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Consh-uction and Subpart P, Excavations. 7. In the event of conflict, comply with the more stringent requirements. Daily Records: 1. Written daily progress reports shall be submitted during constiuction. The progress reports shall have field logs recorded at intervals of five feet or less during excavation and shall be sub�nitted to the City within one working day of the shift for which the logs were created. As a minimum, the logs shall include: 37 a. The date, starting time, and finish time 38 b. Equipment used 39 c. Actual quantities and descriptions of excavated material including soil 40 types CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 41- 20 SHAFT EXCAVATION AND SUPPORT Pagc 20 of 20 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2 d. Any unusual conditions, brealcdowns, and delays, includiug problems with support, bottom instability and obshuctions e. Detailed description of the support installed, iucluding sizes, lengths, spacing and elevations relative to excavation elevation f. Puinping rates from shaf't sumps and inflow conditions or flooding levels for shafts excavated "in the weY' g. Deforination monitoring results, and reeord of action talcen by the designer of record and the Contractor if predicted deflections are exceeded Grouting Records: Maintain daily logs of grouting operations and submit records of grouting to the City. The records shall include the following information a. Hole name, collar station, face station, date. b. Details of inixes used including any admixtures. c. Details of each batch of grout injected including estimated wastage. d. Details of any intei-ruptions, lealcages and any equipment malfunctions. e. Name of grouting supervisor. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROT�CTION [NOT USED] 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY O[' rORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Pagc 1 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 SECTION 33 OS 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION PART1- GENERAL 1.1 SUMMARY A. This section covers work necessaiy to control groundwater, surface water, runoff, and nuisance water that may be encountered within shafts and tunnels, as required for performance of the trenchless Work. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Conh•act 2. Division 1— General Requirements 3. 33 OS 23 — Hand Tunneling 4. 33 OS 28 — Pilot Tube Guided Boring 5. 33 OS 41 — Shaft Excavation and Support 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: L Measurement: a. This item is cousidered subsidia�y to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut installation of Steel Casing Pipe to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards: 1. Reference standards cited in this Specification refer to the cui7-ent reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. Reference Documents: l. "Geotechnical Engineering Report — Report 103-12-144-1 Cultural District Water and Sewer Improvements Phase 1 Harley Avenue at Montgomery Street Fort Worth, Texas", CMJ Engineering, Inc., October 18, 2012. 2. "Environmental Report, Repoi�t — City of Fort Worth Harley Ave Phase 2 Paving and Drainage Improvements Montgomeiy Street and Harley Ave, Fort Worth Texas W&M Project No. 823.010", W& M Environmental Group, Inc., Januaiy 15, 2013. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] CITY OF FORT WORTH CULTURAL DISTR[CT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Ciry Projcct No. 01468 33 os az WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCT[ON Pagc 2 of 4 1 1.5 2 3 4 1.6 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SUBMITTALS A. Subnuttals shall be ui accordance with Section O1 33 00. B. All submittals shall be approved by the Engineer or the City prior to deliveiy. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings: L Water Control Plan: No later than 30 days before installation of water control systems, submit methods and equipment proposed to be utilized to prevent excessive groundwater fi•om entering shafts and tunnels, and to remove and dispose of the water that does enter. 2. Submit drawings indicating location and configuration of water cont�•ol facilities including, but not limited to, water control barriers, monitor wells, sumps, discharge lines, storage tanlcs or basins, and discharge points or disposal inethods. 3. Submit detailed description of water control schedule, operation, maintenance, and abandonment procedures. 4. Submit drawings and details of any required treatment facilities to be used in treating water that collects within the shafts. 5. Submit a copy of all applicable permits required for discharge of collected water or docuinentation of proper offsite disposal plans. Confirm that disposal plan is in coinpliance with all permit requirement. CLOSEOUT SUBMITTALS [NOT USED] MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.7 1.8 22 19 QUALITY ASSURANCE [NOT USED] 23 1.10 D�LIVIERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] �6 PART 2 - PRODUCTS 27 2.1 OWN�R-I'URNISH�D [OR] OWNER-SUPPLIED PRODUCTS [NOT US�D] 28 2.2 MATERIALS 29 A. Design Criteria: 30 1. Design, furnish, install, operate, and maintain all machineiy, appliances, power, 31 and equipment necessaiy to remove water fi•om tunnels and shafts during 32 constructiou. 33 34 35 36 37 2. Dewater, treat, and dispose of water so as not to cause injuiy to public or private property or to cause a nuisance or a menace to the public and in accordance with all applicable permit requirements. 3. Have on hand at all times sufficient puinping equipment and machineiy in good worlcing condition for all ordivaiy emergencies, including power outages and CITY OP FORT WOItTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 " 1 2 ' 3 4 33 OS 42 WATLR CONTROL FOR SHAFT AND TUNNGL CONSTRUCTION Pagc 3 of 4 flooding, and have available at all times competent workers for the continuous and successful operation of the water control and monitoring systems. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3 - EXECUTION 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPERATION [NOT USED] 3.4 INSTALLATION A. Genei•al: 1 2. Provide continuous control of surface water runoff and water in shafts and tunnels during the course of construction, including weekends and holidays, and during periods of work stoppages. Take reasonable precautions necessaiy to ensure successful operation of water control systems. 3. Dispose of water under terms, requirements, and reshictions of applicable permits. 4. Modify water control system after installation and while in operation if it causes or threatens to cause damage to adjacent property or to existing buildings, st�-uctures, or utilities. B. Surface Drainage: 1. Intercept and divert surface drainage away fi�om the Work by use of dikes, curb walls, ditches, sumps, or other means, in accordance with the approved plan. 2. Design surface drainage system so as not to cause erosion on or off the site. Surface runoif shall be controlled to prevent enhy of water into excavations and shafts, water bodies, sanitary, or storm sewers, unless written permission is provided by the facility owner allowing discharge. C. Water Control in Underground Works: L Use water conri•ol methods that are appropriate to the ground conditions, described in the Geotechnical Engineering Report, the planned construction operations, and requirements of these Contract Documents. 2. If a large amotimt of subsurface water drains into an excavation, take immediate steps to control water inflow. Large amounts of inflow requiring iinmediate control shall be defined as that which adversely affects the Work and/or threatens damage to adjacent st�uctures or facilities. 3. Design and operate water control system to prevent removal of in situ soils or loosening or softening of in situ soils surrounding the excavation. 4. Water shall be removed during periods when concrete is being placed, during tunneling operations, when pipe is being installed, during shaft excavation, and at such other times as is necessary for efficient and safe execution of the Worlc. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMEI2Y/ RIP JOHNSON City Projcct No. 01468 33 os az WATGR CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Pagc 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14 0 E 5. If a concrete tremie plug or woric slab for shaft construction is required, the plug shall not be subjected to unbalanced hydrostatic pressures until it has obtained compressive strength sufficient to resist uplift pressure. Treatment and Disposal of Water: 1. Obtain necessary permits fi•om the authority having jurisdiction to use any sanitaiy sewers, storm sewers, drains, or waterways for water disposal purposes. 2. Discharge water reinoved fi-om the site through pipes, tanks, or by tiuck and as requued by the Contractor's discharge pe��nit. Water shall be discharged in a manner that will not cause soil erosion at discharge poiut. 3. Treat water collected in shafts as required by regulatoiy agencies prior to discharge. System Removal: 1. Facilities shall be removed and abandoned at the completion of the Worlc in confoi7nance with regulatoiy requirements and Contractor's permit. CLEANUP AND RESTORATION 12E-INSTALLATION [NOT USED] SITE QUALITY CONTROL [NOT USED] SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANING [NOT USED] CLOSEOUT [NOT US�D] PROTECTION [NOT USED] MAINTENANCE [NOT USED] ATTACHMENTS [NOT USED] END OI' SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 33 OS 43 PORTAL STABILIZATION Page l of 5 SECTION 33 OS 43 PORTAL STABILIZATION PART1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for portal stabilization measures to be talcen at shaft locations to prevent soil/rock inflows, and to control groundwater inflows during launching and retrieving of the tuimeling equipinent. 2. The Contractor may provide portal stabilization using grouting inethods, guillotine wall (double-wall) methods, methods integral to the shaft consh-uction, or other methods proposed by the Contractor, subject to Eugineer's written approval. 3. The Work includes all operations necessaiy to provide portal stabilization that meets the requireinents herein. This includes any secondary measures (such as additional contact grouting) or work required if initial stabilization methods are not successful. B. Related Work Specified Elsewhere: l. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 OS 23 — Hand Tunneling 4. 33 OS 28 — Pilot Tube Guided Boring 5. 33 OS 41 — Shaft Excavation and Support 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiaiy to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiaiy to the unit price bid per unit linear foot of By Other than Open Cut installation of Steel Casing Pipe to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Portal Stabilization: Where the new trenchless pipelines enter or exit a shaft excavation, the Contraetor shall stabilize the portal to prevent soiUrock or groundwater iuflows into the shaft that may lead to settlement around the shaft or flooding of the excavation. Portal stabilization may be accomplished using applicable ground improvement, double sheeting methods combined with contact CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33 OS 43 PORTAL STABILIZATION Pagc 2 of 5 1 2 grouting (guillotine method), or may be integral to the shaft constiuction inethod (as for auger-drilled shafts and secant pile shafts). 3 2. Guillotine (Double-Wall) Stabilization Method: To pt•ovide stable ground and 4 groundwater control at shaft penetrations, a set of steel sheetpiles or plates is 5 installed just outside the primary shoring system in fi•ont of the portal locations. 6 Contact grout is then injected between the primaiy shoriug system and guillotine 7 shoring to confirm that the soil between is stable and will prevent groundwater 8 flow. A hole is then cut in the primary shoring, exposing the stabilized ground and 9 allowing for the insertion of the tunneling equipment into the shaft seal and 10 through the primaiy shoring. Once the tunneling shield and shaft seal are mated, 11 the guillotine shoring can be lifted out of the tunnel path and removed. 12 13 14 15 16 17 18 19 20 B. 21 22 23 1.4 24 1.5 25 26 27 1.6 28 29 30 31 32 33 1. Provide a description of the methods to be used for each portal stabilization technique proposed. Provide shop drawings showing the details and dimensions of each stabilization systein and full narrative describing the procedures. 2. Provide a list of which portal stabilization method will be used at each shaft location. 34 3. Provide a description of the secondary or remedial methods that will be einployed 35 if the initial stabilization efforts fail to achieve the required stabilization as 36 described in Paragraph 3.4 A 3 c 37 4. Provide mix designs for any concrete or grout proposed as a part of the portal 38 stabilization work. 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 Ground Improvement: A prisin of stabilized soil is created just outside the shoring system using grouting methods appropriate for the ground conditions. The improved block stabilizes the soil and lowers the permeability of the soil sufficiently to control groundwater inflows. It is important that the stabilized prism is cast tightly against the existing shoring, extending well beyond the portal to be cut in the shoring, so that groundwater cannot flow along the shoring and enter the portal. Any grout/soil-cement strength must also be carefully conh•olled to allow the tumieling equipment to efiiciently excavate it. Reference Documents: Appendix GC-4.02: Subsurface and Physical Conditions 2. Appendix GC-4.06 Hazardous Environmental Condition at Site ADMINISTRATIVE REQUIREMENTS [NOT USED] SUSMITTAL5 A. Submittals shall be made in accordance with Section O1 33 00. B. Ail submittals shall be approved by the Engineer or the City prior to deliveiy. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Poi�tal Stabilization: 33 OS 43 PORTAL STABILIZATION Pagc 3 of S 1 2 3 4 1.9 1.10 1.11 1.12 QUALITY ASSURANCE [NOT USED] DELIVERY, STORAGE, AND HANDLING [NOT USED] FIELD [SITE] CONDITIONS [NOT USED] WAI2RANTY [NOT USED] 25 PART 2 — PRODUCTS 6 2.1 OWNER-FURNISHED [OR) OWNER SUPPLIED PRODUCTS [NOT USED] 7 2.2 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 MATERIALS A. Design Criteria: 1 2. 3 The Contractor shall provide portal stabilization to prevent soil/rock inflows and to control groundwater inflows during launch and retrieval of the tumieling equipment for all shaft locations. Portal stabilization methods shall ensure that no soil/rock and no more than 5 gpm of water enters the shaft when creating portals for the launch or retrieval of the tunneling equipment, as required in Paragraph 3.4 A 3 c. The Contractor may accomplish portal stabilization by the use of ground improvement, the guillotine wall (double-wall) method, methods integral to the shoring system (such as for auger-drilled shafts and secant piles) or by other Contractor suggested methods, subject to the requirements of these Speci�cations and the Engineer's written approval. Multiple options for achieving portal stabilization, including an allowance for Contractor-suggested methods, are presented to allow flexibility for Contractor preference. Not all methods listed are appropriate for all ground conditions. It is the sole responsibility of the Contractor to choose portal stabilization methods that are appropriate for the ground conditions at each shaft. 4. Grout: 5 a. The minimum 24-hour compressive strength shall be at least 10 psi. b. The maximum 28-day compressive strength of any grout used or soil- cement created shall not exceed 150 psi. c. Additionally, the cured grout or soil-cement shall be of a strength that can be efficiently excavated by the tunneling equipment without damage to the equipment. Guillotine Wall (Double-Wall) Method: a. The guillotine wall shall extend not less than three (3) feet beyond the maximum portal dimensions to be opened in the primaiy shoring system, in all directions. b. The contractor shall inject contact grout betweeu the primaiy shoring system and the guillotine wall, as necessaiy, to stabilize the soil between and to seal any voids that will allow groundwater flow into the shaft, before opening tumlel portals. CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 CITY OF FORT WORTH 33 os a3 PORTAL STA[31L1ZATION Pagc 4 of 5 1 2 3 4 5 6 7 8 2.3 9 2.4 6. Ground Improvement Method: a. Choose ground improvemeut methods that will achieve the stability specified herein, in the grouud conditions described in the Geotechnical Engineeriug Report, for each shaft location. b. The prism of improved ground shall extend not less than three (3) feet beyond the maximum portal dimensions to be opened in the primaiy shoring system in all directions. ACCESSORIES [NOT USED] SOURCE QUALITY CONTROL [NOT USED] $0 PART 3 EXECUTION 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General: 1 F� iG3 CITY OF PORT WORTH Guillotine Wall Methods: a. The Contractor shall visually verify the location of all utilities that inay cross, or are within 5 feet adjacent to tbe location of guillotine shoring before commencing instailation. b. Pre-drilling of the soils may be necessaiy to install guillotine shoring to the required depths. c. Guillotine shoring shall be completely removed after the tunneliug equipinent has been seated in the shaft seal. Ground Improvement Methods: a. Prisms of improved ground shall be installed in full contact with the shoring to prevent uncontrolled groundwater flow along the shoring face and into the portals. b. If ground improvement camiot be performed tight against the shoring face, supplemental contact grouting shall be used to achieve control of groundwater inflows. Verification of Stability: a. The Contractor shall stabilize the soils at all tunnel portal locations to prevent the inflow of wealc, running, or flowing soils or rocic and to control groundwater inflows. b. The Contractor shall con�rm that the ground has been stabilized to the extent that ground will remain stable without movement of soil/rocic or water while the entiy/exit location shoring is removed and while the CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Projcct No. 01468 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 33 OS 43 PORTAL STAE3lLIZATION Pagc 5 of 5 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12 3.13 3.14 tunneling equipment is being launched or received into a shaft or during jacking operations. c. The progressive steps identified below shall be used to confirm suitable stabilization has beeil achieved for all shaft rypes and entry/exit locations: 1.) After the Contractor believes he has stabilized the ground sufficiently outside a giveil shaft seal, the Contractor shall demonstrate the stability of the ground by cutting a 3-iuch diameter hole in the shoring wall near the center of the bore. a) If no soil/rocic and less than 5 gpm of water enters the shaft, the Contractor may progress to the next demonstration step. b) If soil/rock or more than 5 gpin of water enter into the shaft, the Contractor shall seal the demonstration hole and further stabilize the ground before repeating the demonstration step. 2.) After successful completion of the �rst demonstration step, the Contractor shall demonstrate the stability of the ground by cutting a 12-inch diameter hole in the shoring wall at the location of previous demonstration hole. a) If no soil/rocic and less than 5 gpm of water enteis the shaft, the Contractor may progress to the next demonstration step. b) If soiUrock or more than 5 gpm of water enters the shaft, the Contractor shall seal the demonstration hole and further stabilize the ground before repeating the demonstration step. 3.) After successful completion of the first two demonstrations steps, and if the Contractor believes the portal stabilization worlc is suf�cient, the Contractor may proceed with remainder of the shaft wall penetration procedures. 4.) Successful completion of shaft wall penetrations and related activities necessary to demonstrate such shall be at the Contractor's sole expense. CL�ANUP AND RESTORATION RE-INSTALLATION [NOT USED] SITE QUALITY CONTROL [NOT USED] SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANING [NOT USED] CLOSEOUT [NOT USED] PROTECTION [NOT USED] MAINTENANCE [NOT US�D] ATTACHMENTS [NOT USED] LAST PAGE OF THIS SECTION CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 33ll II-] DUCTILG IRON FITTINGS Pagc 1 of 14 1 2 � 7\ 711f�l7 �1►1 DIt7:lil 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECTION 33 11 11 DUCTILE IRON FITTINGS A. Section Includes: 1. Ductile Iron Fittings 3-inch through 64-inch for potabie water, wastewater, and other liquids for use with Ductile Irou Pipe and Polyvinyl Chloride (PVC) Pipe 2. All mechanical joint �ttings shall be mechanically resh�ained using resh•ained wedge type retainer glands. B. Deviations fi•om this City of Fort Worth Standard Specification 1. Added 1.2.A.3 2. Added 1.3.A.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 11 OS — Bolts, Nuts, and Gaskets 22 1.2 PRICE AND PAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Ductile Iron Water Fittings with Restraint a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings muitiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (compact) Ductile I�•on Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' wili be paid for at the unit price bid per ton of "Ductile Iron Water Fittings with Resh�aint". c. The price bid shall include: CITY OF FOI2T WORTH CULTURAL DISTRICT/WILL I20GEI2S, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 014(8 3311 tI-2 DUCTILE IRON FITTINGS P�gc 2 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1) Fui7iishing and iustalling Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and resh�aints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. Measurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where au AWWA/ANSI C 153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 �ttings. 4) If the Contractor chooses to supply AWWA/ANSI C 110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 (coinpact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removai 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing aud installing bolts, nuts, and i•estraints 10) Furnishing, placement and compaction of embedment 11) Fui-�ishing, placement and compaction of backfill 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing CITY Of� I�ORT WORTH CULTURAL DISTRICT/W[LL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Decembcr 2Q 2012 City Projcct No. 01468 331I il-3 DUCTILG iRON FITTMGS P�gc 3 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 A. Definitions 23 1.3 REFERENCES 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 3. Restraint of Existing_Ductile Iron Fittiugs with MJ Split Retainer Glands a. Measurement 1) Shall be lump sum for exteuts as defined on plans b. Pavment 1) The worlc performed and materials furnished in accordance witl� this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid per "Reshain Fittings with MJ Split Glands". c. The price bid shall include: 1) Furnishii� and installing Ductile Iron Water MJ Split Glands as specified bv the Drawin�s 2) Pol,yethylene encasement 3) Li•nin� 4) Pavement removal 5) Excavation 6) Haulin� 7) Disposal of excess material 8) Furnishiug and installing bolts, nuts, and restraints 9) Furnishing,�placement and compaction of embedment 10) Furnishing�placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleanin� Gland or Follower Gland a. Non-restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incoiporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. 3. �lit Retainer Gland a. Same as Retainer Gland but follower gland is two pieces such that existin� mechanical �ttin�s cau be restrained without talcin� the line out of seivice. B. Reference Standards 1. 2. 3. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. American Society of Mechanical Engineers (ASME): a. B16.1, Gray Irou Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). ASTM International (ASTM): a. A193, Standard Specification for Alloy-Steel and Staiuless Steel Bolting for High Temperature or High Pressure Service and Other Special Puipose Applications b. A194, Speci�cation for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMGRY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 3311II-4 DUCTILL' IRON FITTINGS Pagc 4 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 0 � C'� 7 d. A674, Standarcl Practice for Polyethylene Eucasement for Ductile Iron Pipe for Water or Other Liquids. e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enarnel and Tape - Hot Applied. b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. c. M41, Ductile-Iron Pipe aud Fittings. American Water Worlcs Association/Ainerican National Standards Institute (AWWA/ANSI): a. C104/A21.4, Cement—Mortar Lining for Ductile-I�on Pipe and Fittnigs. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systeins. c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. NSF Iuternational (NSF): a. 61, Drinking Water System Components - Health Effects. Society %r Protective Coatings (SSPC): a. PA 2, Measurement of Dry Coating Thicicness with Magnetic Gages. 23 1.4 ADMINISTRATIVE REQUII2EMENTS [NOT USED] 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section O1 33 00. 26 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 27 specials. 28 1.6 ACTION SUBMITTALS / INI'ORMATIONAL SUBMITTALS 29 30 31 32 33 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 34 2. Polyethylene encasement and tape 35 a. Planned method of installation 36 b. Whether the �lm is lineai• low densiry or high densiry cross linlced polyethylene 37 c. The thickness of the film provided 38 3. The interior lining, if it is other than cement mortar lining in accordance with 39 AWWA/ANSI C104/A21.4 40 a. Material 41 b. Application recommendations 42 c. Fieldtouch-up procedures 43 4. Thiust Reshaint 44 a. Retainer glands A. Product Data CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS PART 3— HARLLY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projeet No. 01468 331111-5 DUCTILG IRON �ITTINGS Pagc 5 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 1.7 b. Thrust harnesses c. Any other ineans 5. Gaslcets a. Provide Gaskets in aecordance with Section 33 11 O5. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 11 O5. b. Flanged Ends 1) Meet requirements of AWWA C115. a) Provide bolts and nuts in accordance with Section 33 11 O5. 8. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 ll O5. B. Certificates 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings meet the provisions of this Section and meet the requirements of AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 2. Furnish a certificate stating that buried bolts and nuts confoim to ASTM B 117. CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 27 28 29 30 31 32 33 A. Qualifications L Manufacturers a. Fittings manufacturing operations (fittings, lining, and coatings) shall be performed under the control of the manufacturer. b. Ductile Iron Fittings shali be manufactured in accordance with AWWA/ANSI C110/A21.10 or AWWA/ANSI C153/A21.53. 1) Perform quality control tests and maintain the results as outlined in these standards to assure compliance. 34 B. Preconstruction Testing 35 1. The City inay, at its own cost, subject random fittings for desn-uctive testing by an 36 independent laboratoiy for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY, STORAG�, AND HANDLING 41 A. Storage and Handling Requirements 42 1. Store and handle in accordance with the guidelines as stated in AWWA M41. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HAItLGY/ MONTGOMERY/ R[P JOHNSON Rcvised Deccmber 20, 2012 City Projcct No. 01468 331111-( DUCTILE IRON FITTINGS Pagc 6 of I4 1 2. Secure and maintain a Iocatioi7 to store the material in accordance with Section O1 2 66 00. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 112 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 21 OWN�R-I'URNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 8 9 10 11 12 13 A. Manufactureis 1. 2. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer inust comply with this Specification and related Sections. Any product that is not listed on the Standard Products List is considered a substitution and sh�ll be subinitted in accordance with Section O1 25 00. 14 B. Ductile Iron Fittings 15 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 16 AWWA/ANSI C153/A21.53. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2. All fittings for potable water service sha11 meet the requireinents ofNSF 61. 3. Ductile Iron Fittings, at a minirnum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. 4. Fittings Marlcings a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. b. Minimum marlcings shall include: 1) "DI" or "Ductile" cast or metal stamped on each �tting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and counhy fitting was cast 7) Manufacturer's marlc 5. Joints a. Mechanical Joints with inechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have tl�e following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 48-inch, 250 psi b) PVC C900 and C905 (1) 3-inch— 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGGI2S, STANDA[tD CONSTRUCTION SPECIF[CATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Rcvised Dcccmber 20, 2012 City Project No. 01468 331111-7 DUCTiLE IRON F1'I'TINGS Pagc 7 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 � c. (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and should be easily differentiate between the 2. 4) Gland body, wedges and wedge actuating coinponents shall be cast fi�oin grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) Mechanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaiuing full mechanical joint deflection during asseinbly as well as allowing joint deflectioil after asse�nbly. 6) Proper actuation of the gripping wedges shall be ensured witl� torque limiting twist off nuts. Push-On, Restrained Joints 1) Restraining Push-on joints by means of a special gasket a) Only those products that are listed in O1 60 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the drawings 2) Push-on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section O1 60 00 b) Pressure rating shall exceed the working and test pressure of the pipe line Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 11 O5. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 37 8. Bolts and Nuts 38 a. Mechanical Joints 39 1) Provide bolts and nuts in accordance with Section 33 11 O5. 40 b. Flanged Ends 41 1) Meet requirements of AWWA C115. 42 a) Provide bolts aild nuts in accordance with Section 33 11 O5. 43 9. Flange Coatings 44 a. Connections to Steel Flanges 45 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 46 Tape System in accordance with Section 33 11 O5. 47 10. Ductile Iron Fittnig Exterior Coatings CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Reviscd Deccmbcr 20, 2012 City Project No. 01468 331111-5 DUCTILG IRON I'ITTINGS Pagc 8 of 14 1 a. All Ductile Iron Fittings shall have au asphaltic coating, nunimum of 1 mil 2 thicic, on the exterior, unless otherwise specified in the Cont�act Documents. 3 11. Polyethylene Encasement 4 a. All buried Ductile Iron Fittings shall be polyethylene encased. 5 b. Only manufacturers listed in the City's Standard Products List as shown in 6 Section O1 60 00 will be considered acceptable. 7 c. Use only virgin polyethylene inaterial. 8 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 9 polyethylene conforming to AWWA/ANSI C 105/A21.5 or 4 mil I�igh density 10 cross-laminated (HDCL) polyethyleue encasemeut eonforming to conforming 11 to AWWA/ANSI C105/A21.5 and ASTM A674. 12 e. Marlcing: At a ininimum of every 2 feet along its length, the inark the 13 polyethylene filin with the following information: 14 1) Manufacturer's name or trademark 15 2) Year of manufacturer 16 3) AWWA/ANSI C105/A21.5 17 4) Minimuin fil�n thicicness and inaterial type 18 5) Applicable range of nominal diameter sizes 19 6) Warning — Coi7•osion Protection — Repair Any Damage 20 £ Special Markings/Colors 21 1) Reclaimed Water, perform one of the following: 22 a) Label polyethylene encasement with "RECLAIMED WATER", 23 b) Provide purple polyethylene in accordance with the American Public 24 Works Association Uniform Color Code; or 25 c) Attach purple reclaimed water marlcer tape to the polyethylene wrap. 26 2) Wastewater, perform one of the following: 27 a) Label polyethylene encasement with "WASTEWATER"; 28 b) Provide green polyethylene in accordance with the Americau Public 29 Worlcs Association Uniform Color Code; or 30 c) Attach green sanitaiy sewer marlcer tape to the polyethylene wrap. 31 g. Miuimum widths 32 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMEI2Y/ RIP JOHNSON Revised December 2Q 2012 City Project No. 01468 33 11 11 -9 DUCTILE IRON FITTINGS Pagc 9 of 14 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. b. Ceramic Epoxy or Epoxy Linings 1) Ductile Iron Fittings for use in wastewater applications shall be lined with a Ceramic Epoxy or Epoxy lining as designated in the Standard Products List as shown in Section O1 60 00. 2) Apply lining at a minimum of 40 inils DFT 3) Due to the tolerances involved, the gaslcet area and spigot end up to 6 inches back fi�om the end of the spigot end must be coated with 6 mils nominal, 10 mils maximum using a Joint Compound as supplied by the manufacturer. a) Apply the joint compound by brush to ensure coverage. b) Care should be taken that the joint compound is smooth without excess buildup in the gasket seat or on the spigot ends. c) Coat the gasket seat and spigot ends after the application of the lining. 4) Surface preparation shall be in accordance with the manufacturer's recommendations. 5) Check thickness using a magnetic film thickness gauge in accordance with the method outlined in SSPC PA 2. 6) Test the interior lining of all fittuigs for pinholes with a non-destructive 2,500 volt test. a) Repair any defects prior to shipment. 7) Mark each fitting with the date of application of the lining system along with its numerical sequence of application on that date and records maintained by the applicator of his work. 8) For all Ductile I�-on Fittings in wastewater service where the �tting has been cut, coat the exposed surface with the touch-up material as recoinmended by the manufacturer. a) The touch-up material and the lining shall be of the same manufacturer. CITY OF PORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARL�Y/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Projcct No. 01468 3311II-10 DUCTILE IRON �ITTINGS Pagc 10 of 14 1 2.3 ACCESSORIES [NOT US�D] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. General 1. I�istall fittings, specials and appurtenances as speci�ed herein, as specified in AWWA C600, AWWA M41, and in accordance with the �ttings manufacturer's recommendations. 2. Lay fittings to the lines and grades as indicated in the Drawings. 3. Excavate and bacicfill trenches in accordance with 33 OS 10. 4. Embed Ductile Iron Fittings in accordance with 33 OS 10. B. Joint Malcing 1. Mechanical Joints with required mechanical restraint a. All mechanical joints require mechanical restraint. b. Bolt the retaiuer gland into compressiarl against the gasicet, with the bolts tightened down evenly then cross torqued in accordauce with AWWA C600. c. Overstressing of bolts to compensate for poor installation practice will not be petmitted. 2. Push-on Joints (restrained) a. All push-on joints shall be restrained push-on type. b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. c. Wipe clean the gaslcet seat inside the bell of all extraneous matter. d. Place the gaslcet in the bell in the position prescribed by the manufacturer. e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the gaslcet and the outside of the spigot prior to entering the spigot into the bell. f. When using a�eld cut plain end piece of pipe, refinished the field cut and scarf to conform to AWWA M-41. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gaslcet. b. The fitting must be fi�ee to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in 1 directiou. 4. Joint Deflection a. Deflect the pipe only wheu necessary to avoid obstiuctions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Decembcr 20, 2012 City Project No. 01468 � 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 33 11 11 - 11 DUCT[LE IRON FITTINGS Pagc 11 of 14 d. The manufacturer's recommendation may be used with the approval of the Engineer. C. Polyethylene Encaseinent Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material fi•om becoming trapped between fittiugs and polyethylene. b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase with minimum space between polyethylene and fittings. 1) Provide sufficieut slack in contouring to prevent sh•etching polyethylene where it bridges irregular surfaces such as bell-spigot interfaces, bolted joints or fittings, and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For iustallations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than fittings section. b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion-fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Malce shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of �tting to malce a snug, but not tight, iit along bai7•el of �tting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. CuY polyethylene tube to length approximately 1 foot shoi�ter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c.� Talce up slack width at top of fitting to make a snug, but not tight, fit along bai7•el of �tting, securing fold at quai�ter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunehing it accordion-fashion lengthwise. e. After completing joint, pu113-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised Dccember 20, 2012 City Projcct No. 01468 33 11 11 - 12 DUCTILE IRON FITTINGS Pagc 12 of 14 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 : G� a. Cut polyethylene sheet to a length approximately 2 feet longer tl�an piece section. b. Center length to provide 1-foot overlap oi1 each fitting, buuching it until it clears thc fitting ends. c. Wrap polyethyleile around fitting so that it circumferentially overlaps top quadraut of fitting. d. Secure cut edge of polyethylene sheet at inteivals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, malce overlap aud secure ends. h. Repair cuts, tears, punctures or other dan�age to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe-Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene in saine inanner as pipe and fittings. 6. Odd-Shaped Appurtenances a. Wheu it is not practical to wrap valves, tees, crosses and other odd-shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurteuances aild bi•inging it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around �tting to cover damaged area, and secure in place. Openings in Encasement a. Provide openings for branches, service taps, blow-offs, air valves and similar appurtenances by making an X-shaped cut ii1 polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slacic securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with auy resulting damaged areas being repaired as described above. Junetions between Wrapped and Unwrapped Fittings a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure eud with circumfereutial turns of tape. c. Wrap seivice lines of dissiinilar metals with polyethylene or suitable dielectric tape for ininimum clear distance of 3 feet away fi�om cast or Ductile Iron Fittings. 42 D. Blocicing 43 1. Install eoncrete blocicing in accordance with Section 03 30 00 for all bends, tees, 44 crosses and plugs in the pipe lines as indicated in the Drawings. 45 2. Place the concrete blocking so as to rest agaiust �i7n undisturbed t�ench walls, 46 normal to the tl�rust. CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDA[2D CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ R[P JOHNSON Reviscd December 20, 2012 City Projcct No. 01468 33 11 11 - 13 DUCTILI: IRON �ITTINGS Pagc 13 of 14 1 2 3 4 5 6 7 8 3.5 9 10 11 12 13 14 15 16 17 18 19 ►.� 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3. The supporting area for each block shall be at least as great as that indicated on tl�e Drawings and shall be suf�cient to withstand the thi-ust, including water hainmer, which may develop. 4. Each blocic shall rest on a frm, undisturbed foundation or trench bottom. 5. If the Contractor encounters soil that appears to be differeut than that which was used to calculate the blocking accordiug to the Drawings, the Contractor shall notify the Engineer prior to the installation of the blocking. REPAIR/RESTORATION A. Patching l. Excessive field-patching is not permitted of liuing or coating. 2. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. 3. In general, there shall not be more than 1 patch on either the lining or the coating of any fitting. 4. Wherever necessary to patch the fitting: a. Make patch with cement mortar as previously specified for interior joints. b. Do not install patched fitting until the patch has been properly and adequately cured and approved for laying by the City. c. Promptly remove rejected �ttings fi•om the site. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Potable Water Mains L Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water main as specified in Section 33 04 40. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A. l.c — Restraints included in price bid 12/20/2012 D. Jolmson 1.2.A.2.c — Restraints included in price bid CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Revised December 20, 2012 City Project No. 01468 331I 11-14 DUCT[LE [I20N FITTINGS Pagc I4 of 14 I.3 — Added definitions of g(and types for clarity 2.2.B.5 — Removed unrestrained push-on and mechanical joints 2.2.B.6, 7, 8, and 9— Added reference to Section 33 OS ] 0 and 33 04 10; removed material specifications for bo(ts, nuts and gaskets. 3.4 — Require�nent for all �nechanical and push-on joints to be restrained 3.4.D — Corrected reference C[TY O[' FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLGY/ MONTGOMERY/ RIP JOHNSON Revised Dcccmbcr 20, 2012 City Project No. 01468 333113-1 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 1 of 7 1 2 SECTION 33 31 13 FIBERGLASS REINFORCED PIl'E FOR GRAVITY SANITARY SEWERS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 1.2 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Section Includes: 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Deviations fi•om this City of Fort Worth Standard Specification 1. Modifed Section 2.2.C.6.C.1 C. Related Speci�cation Sections include, but are not necessarily limited to: 1. Division 0— Biddiug Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Require�nents 3. Section 33 Ol 30 — Sewer and Manhole Testing 4, Section 33 O1 31— Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Back�ll 6. Section 33 OS 26 — Utility Marl<erslLocatois � 7. Section 33 31 50 — Sanitaiy Sewer Seitiice Connections and Service Line PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface fi•om center line to center line of the manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Fiberglass Sewer Pipe" installed for: 1) Various sizes 2) Various backfills 3. The price bid shall include: a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Gaslcets Il. FLU'111S171rig, placement and compaction of embedment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised December 20, 2012 CULTURAL DISTRICT/WILLROGERS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 ADDENDUM#2 33 31 13 - 2 PIBERGLASS REINFORCED PIPE POR GRAVITY SANITARY SEWERS Page 2 of 7 1 2 3 4 5 i, Furnishing, placement and compaction of bacicfill j. Trench water stops k. Clean-up 1. Cleaning m. Testing 6 1.3 I2�FERENC�S 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 A. Reference Standards l. Reference standards cited in this Speci�cation refer to the current reference standard published at the time of the latest revision date logged at the end of this Speci�cation, unless a date is specifically cited, 2. ASTM I�iternational (ASTM); a, D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives and Coating Materials. b. D3262, Standard Specification for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe, c, D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass- Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition. d. D4161, Standard Speci�cation for "Fiberglass" (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals. e. F477, Standard Speci�cation for Elastomeric Seals (Gaskets) for Joining Plastic Pipe, 22 1.4 ADMINISTRATIVE I2EQUI12EMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section O1 33 00. 25 B. All submittals shall be approved by the City prior to delivery. 26 1.6 ACTION SUBMITTALS/INFOI2MATIONAL SUBMITTALS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Product Data 1. Manufacturer 2. Manufacturer Number (identi�es factoiy, location, and date manufactured.) 3, Notninal Diatneter 4. Beam load 5, Laying lengths 6. ASTM designation B. Shop Urawings 1. Pipe details 2. Joint details 3. Miscellaneous items to be furnished and fabricated for the pipe 4. Dimensions 5, Tolerances 6, Wall thiclaiess CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Revised Decetnber 20, 2012 CULTURAL DISTRICT/WILLROGERS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No, 01468 ADDENDtJM # 2 33 31 13 - 3 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 3 of 7 1 7. Properties and strengths 2 8. Pipe calculations 3 a. Calculations confirming the pipe will handle auticipated loading signed and 4 sealed by a Licensed Professional Engineer in Texas 5 C. Certi�cates 6 1. Furnish an af�davit certifying that all Fiberglass Reinforced Pipe meets the 7 provisions of this Section and has been tested and meets the requirements of ASTM 8 D3262. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANC� MATERIAL SUBMITTALS [NOT USED] i l 1.9 QUALITY ASSURANCE 12 A. Qualifications 13 1. Manufacturers 14 a. Finished pipe shall be the product of 1 manufacturer for each size per project. 15 b, Pipe manufacturing operations shall be performed under the conh�ol of the 16 manufacturer. 17 c. All pipe fiu•nished shall be in conformance with this speci�cation and ASTM 18 D3262. 19 1.10 D�LIVERY, STORAGE, AND HANDLING 20 21 22 23 24 25 26 27 28 29 A. Delivery 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section O1 66 00. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 33 A. Manufacturels 34 1. Only the manufactureis as listed in the City's Standard Products List will be 35 considered as shown in Section O1 60 00. 36 a. The mamifacturer must comply with this Specification and related Sections. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 2Q 2012 CULTURAL DISTRICT/WILLROGERS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 ADDENDUM#2 33 31 13 - 4 FIBERGLASS REINPORCED PIPE FOR GRAVITY SANITARY SEWERS Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B, Performance / Design Criteria 2. Pipe a. Design in accordance with ASTM D3262 b. Design pipe for service loads that include: 1) External groundwater and earth loads 2) Jacicing/pushing loads a) The allowable jacicing/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strengtl� recommended by the manufacturer, whichever is less. 3) Traffic loads 4) Practical considerations for handling, shipping and other construction operations c. Desigi� is to be cotiducted under tl�e supeivision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the desigti. d, Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e. Stiffiless class that satisfies design requirement on the Drawings, but not less than 46 psi when used in direct bury operations. f. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g. I�i no case shall pipe be iiistalled deeper thau its design allows. Dimensional Tolerances a. I�iside diaineter 1) Pipe shall iiot vary more thau 1/8 inch fi•om the nomival inside diameter, b, Roundness 1) The difference betweeu the major and minor outside diameters shall not exceed 0.1 percent of tl�e nominal outside or'/a inch, whichever is less. c, Wall thiclaiess 1) Provide minimum single point thicla�ess no less than 98 perce�lt of stated design thickness, d. End Squat�eness 1) Provide pipe ends square to pipe axis with maximiim tolerance of 1/8 inch. e. Fittiugs 1) Provide tolerance of angle of elbow and angle betweeu main and leg of wye or tee to �2 degrees. 2) Provide tolerance of laying length of fittiug to �2 inches. 40 C. Materials 41 l. Resin Systems 42 a. Only use polyestei• resin system with proven histoi'y of perfoi•mance in this 43 particular application, 44 2. Glass Reinforcements 45 a. Use reinforcing glass fibers of highest quality commercial grade E-glass 46 filanlents with binder and sizing compatible with impregnated resiiis to 47 manufacture components. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CULT'URAL DISTRICT/WILLROGERS PART 3— I IARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 ADDENDUM#2 1 3. 2 3 4 4, 5 ' 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 333113-5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 Fillers a. Silica sand or other suitable materials may be used, b. Use 98 percent silica with maximum moisture contest of 0,2 percent. Additives a, Resin additives, such as curing agents, pigments, dyes, filleis, thixotropic agents, etc., when used, shall not detrimentally affect the pei•formance of the product. Internal liner resin a. Suitable for service as sewer pipe b. Highly resistant to exposure tp sulfuric acid c. Produc�d by biological activity from hydrogen sulfide gases d. Meet or exceed requirements of ASTM D3681 Gaskets a. Supply fi•om approved gasket manufacturer in accordance with ASTM F477 and suitable for service intended. b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as to prevent gasket fi•om rolling out of pre-cut groove in pipe or sleeve coupling. c. Provide the following gaslcets in potentially contaminated areas. 1) Petroleum (diesel, gasoline)—��Nitrile 2) Other contaminants — Manufachn�er recommendation Couplings a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as sole means to maintain joint water tightness. 5. � 7 8, Joints a. Joints must meet requirements of ASTM D4161. 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum pipe markings shall be as follows: a. Manufacturer b. Manufacturer Number (identifies factory, location, date manufactured, shift andsequence) c. Nomiiial diameter d. Beam load e. Laying length f. ASTM designation 10. Connections a. Use only manufactured fittings. b. See Section 33 31 50. 1 l. Detectable Metallic Tape a. See Section 33 OS 26. 40 2.3 ACCESSORI�S [NOT USED] 41 2.4 SOURCE QUALITY CONTROL [NOT USED] 42 PART 3 - EXECUTION 43 3.1 INSTALLERS [NOT USED] CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CULTURAL DISTRICT/WILLROGERS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 ADDENDUM # 2 33 31 13 - 6 FIBERGLASS REINFORCED Pll'E FOR GRAVITY SANITARY SEWERS Page 6 of 7 1 3.2 EXAMINATION (NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 INSTALLATION 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. General l. I�istall pipe, iittings, specials and appurtenances as speciiied herein, as specified in Section 33 OS 10 and in accordance with the pipe manufacturer's recommeiidations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches iii accordai�ce with Section 33 OS 10. 4, Embed pipe in accordance with Section 33 OS 10. 5, For installation of carrier pipe within casing, see Section 33 OS 24. B. Pipe Handling 1. Haul and distribute pipe and iittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling pipe. 3. At the close of each opecating day: a. Keep the pipe clean and fi�ee of debi•is, dirt, animals and trash — during and aftei• the laying operation, b, Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a, Clean dirt and foreign material fi�om the gasketed socicet and the spigot end. b. Asserrible pipe joint by sliding the lubricated spigot end into the gasl<eted bell end to the reference marlc, c. Install such that identification marl<ing on each joint are oriented upward toward the h•ench opening. d, When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation l. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 OS 26, 34 3.5 I2EPAIR / ItESTORATION [NOT USEI)] 35 3.6 I2�-INSTALLATION (NOT US�D] 36 3.7 FIELD [on] SITE QUALITY CONTROL 37 A. Field Tests and Inspections 38 l, Closed Circuit Television (CCTV) Llspection 39 a. Provide a CCTV inspection in accoi•dance with Section 33 Ol 31. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CULTURAL DISTRICT/WILLROGERS PART 3— HARLEY/ MONTGOMERY/ RIP JOI-iNSON City Project No. 01468 ADDENDUM#2 333113-7 PIBERGLASS REINPORCED PIPE FOR GRAVITY SANITARY SEWERS Page 7 of 7 1 2. Air Test and Deflection (Mandrel) Test 2 a. Perform test in accordance with Section 33 Ol 30. 3 3.8 SYST�M STARTUP [NOT US�D] 4 3.9 ADJUSTING [NOT US�D] 5 3.10 CLEANING [NOT US�D] 6 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 7 3.12 PROTECTION [NOT US�D] 8 3.13 MAINT�NANC� [NOT USED] 9 314 ATTACHM�NTS [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 ADDENDUMl12 CULTURAL DISTRICT/WILLROGERS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON City Project No. 01468 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-4.06 Hazardous Environmental Condition at Site ' GC-6.06.D Minority and Women Owned Business Enterprise Compliance GG6.07 Wage Rates GR-01 60 00 Product Requirements CITY OP FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON , Revised July l, 2011 City Project No. 01468 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OP PORT WORTH CULTURAL DiSTR[CT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July 1, 201 I City Project No. 01468 F��� 763G Pebble Drive _ ENGINEERING, INC. Fo�tWo,th,TeX�����s www.cmjengr.com October 18, 2012 Kimley-Horn and Associates, Inc, 801 Cherry Street, Unit 11, Suite 950 Fori Worth, Texas 76102-6803 Attn: Mr, Sean Mason, P.E. Dear Mr. Mason: RE: REPORT 103-12-'144-1 CULTURAL DISTRICT WATER AND SEWER IMPROVEMENTS PHASE 1 HARLEY AVENUE AT MONTGOMERY STREET FORT WORTH, TEXAS INTRODUCTION CMJ Engineering, Inc. is pleased to present herein the results of the geotechnical engineering investigation for the referenced project. This study was performed in general accordance with CMJ Proposal No. 12-3924 dated August 16, 2012. The geotechnical services were authorized by KimiQy-!-lorn and Associat�s, lnc. via Standard �gr��m�nt for �'rof2ssional Services dated September 5, 2012 signed by Mr. Jeff James, P.E., Senior Vice President. The project, as currently planned, will consist of various water and sewer utility improvements within the cultural district in Fort Worth, Texas. Phase 1 of the project is located in the vicinity of H�rl�y Av�nu� ancl (�llontgomery Street. No engineering analyses have been requested. Plate A.1, Plan of Borings, depicts the location of exploration borings. �UBSURFACE CONDITIJNS Subsurface materials were explored by two (2) borings driiled to a depth of 50 feet at locations selected by Kimley-Horn and Associates. The borings were drilled using truck mounted drill equipment at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 and A.5 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. !'ha�se (R1;') 28�i-9/a40 Fa.z (8!�) >E9-999? i.dct:a (8l7) �39-9992 CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc, CMJ Report No. 103-12-144-1 October 18, 2012 Page 2 Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurFace stratigraphy encountered in the borings is discussed below. Asphalt is present at the surFace in both borings, with thicknesses of 2'h to 6 inches. Gravel with a thickness of 10 inches is present beneath the asphalt in Boring B-1, while a 7'h-inch thick concrete section is similarly present in 8oring B-2. No fills were noted at the boring locations. Soils encountered in the borings typically consist of dark brown, brown, and reddish brown clays of high plasticity overlying light reddish brown and light brown silty clays and silty sandy clays, The clays and silty clays typically contain calcareous nodules/deposits and ironstone nodules. Silty sandy clays present in Boring B-2 below 23 feet contain interbedded layers of gravei. Within this same stratum, a strong hydrocarbon odor was noted at 29'h feet. Tan sand with gravel is next present in Boring B-1 at 20 feet. The sand is considered very dense, with a Standard Penetration (N) value of 4 inches for 50 hammer blows. Light brown, light gray, and gray shaly clays are then present in the borings at 33 feet. The shaly clays exhibit slickensided characteristics in Boring B-1. The clayey soils encountered were generally stiff to hard (soil basis) with pocket penetrometer values ranging from 2.0 to over �.5 tsf. The clay soils possessed tested Liquid Limits of 2� to 67 and Plasticity Indices of 10 to 45.. Tested unconfined compressive strength tests range from 3,550 to 7,820 psf. Tan limestone is present in Boring B-2 at 38 feet. The tan limestone is very hard (rock basis), with a Texas �one Penetrometer (THD) value of 7/8 inch per 100 blows. Gr�y limestone is then present in Borings B-1 and B-2 at depths of 36�/z to 41 feet below existing grade. The gray limestone contains shale seams in Boring B-1 and is very hard (rock basis), exhibifiing Texas Cone Penetrometer ( I HD) values of'/z to 1�/�, inches per 100 blows below this depth. The borings were advanced using continuous flight augers to observe the possibility of ground water during driliing. Ground-water seepage was noted in Boring B-2 at 29'h feet during driiling. Boring B-1 was dry during drilling and both borings were dry at drilling completion. It should be recognized that ground water conditions will vary with fluctuations in rainfail. Fluctuations of the ground water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soii strata; and other factors not evident at the time the borings were perFormed. The possibility exists that perched water may trap atop clays CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc_ ' CMJ Report No. 103-12-144-1 October 18, 2012 Page 3 or rock, or flow within permeable sand/gravel seams, particularly after periods of heavy or extended rainfall. Wa��r tr�veling ihrough ihe soii (subsur�ace water) is often unpredictabie. This couid be due to seasonal changes in ground-water and due to the unpredictable nature of ground-water paths. Therefore, it is necessary during construction for the contractor to be observant for ground- water seepage in excavations in order to assess the situation and take appropriate action. EXCAVATION COMMENT The soils encountered in the borings can easily be excavated using conventional earthwork equipment. Where sands and gravels are encountered in selected locations, some caving may occur due to the non-plastic nature of these materials. Excavations/drilling below approximate 36-to 38-foot depths will encounter massive limestone units. The limestone is hard to very hard and can be extremely difficult to remove or excavate with conventional equipment. Ground-water could seep into bore/tunnel excavations. Joints in the ciays, sand seams, or ; gravel seams can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and resuit in ground subsid�nce. EARTHWORK Site Preparation The subgrade should be firm and abie to support the construction equipment withouf � displacement. Soft or yielding subgrade should be corrected and made stable before i � construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, I ; should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be € performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of [ ; equipment. The proof rolling operations should be observed by the project geotechnical 4 engineer or his/her representative, E i CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. CMJ Report No. 103-12-144-1 October 18, 2012 Page 4 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The ur�cai�r��a���d iift thickness shouid be reduced to 4 inches Tor siructure backTill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill materiai to the proper moisture content should be applied evenly through each layer. The on-site soils are suitable for use in general site grading. imported fill material under the structures should be flexible base or graded stone and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Flexible base or soil fill material shouid be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. Th� moisture cont�nt for gen�ral �arth fill �hould rang� from 2 p�rcentag� points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density, Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For smail areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and iested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the CMJ ENGINEERTNG, INC. Kimley-Horn and Associates, Inc. CMJ Report No. 103-12-144-1 October 18, 2012 Page 5 contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Trer�c� Ba�kriii Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surFace or subsurface water beneath structures, pipelines, or pavements. If a higher ciass bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6-inch loose lifts. The density and moisture content should be as recommended for fill in the previous section, Placement and Compaction, of this report. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. �x�����#:�n The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excav�tion, sho�!Id be protected from loss of end �earing or lateral su�port. � Temporary consfruction slopes and/or permanent embankment slopes should be protected from � j surface runoff water. Site grading should be designed to allow drainage at planned areas where ` erosion protection is provided, instead of allowing surFace water to flow down unprotected � i ' slopes. �cceptance of lmported Fili ° Any soil imported from off-site sources should be tested for compliance with the ; ` recommendations for the particular application and approved by the project geotechnicai engineer prior to the materials being used. The owner should also require the contractor to ; � ; ��� CMj ENGINEERING, INC. Kimley-Horn and Associates, Inc. CMJ Report No.. 103-12-144-1 October 18, 2012 Page 6 obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials. Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 4��ORT C�Li.�Sl�RE The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were not performed on soil samples collected from the borings. Visual-manual procedures were used to generally classify each stratum, Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of ciassifications for those portions of each stratum on which the full CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. CMJ Report No. 103-12-144-1 October 18, 2012 Page 7 range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water leveis as They were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the levei ofi the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods �f dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this repoi . � he � epro�ucti�r �f t�is ��pa� t, a� ary part thereof, suppli�d to p�rson� other than th� owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. Thi� r�port ha� been prepared for the e;cclusive use of Kimley-Horn an�+ Associates, lnc. for specific application to the design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. *�** CMJ ENGINEERING, INC. Kimley-Horn and Associates, Inc. CMJ Report No. 103-12-144-1 October 18, 2012 Page 8 We appreciate the opportunity to perform this investigation for Phase 1 water and sewer improvements, The following plates are attached and complete this report: Plates A. �- t ian of Borings Piate A.2 - Unified Soil Classification System Plate A.3 - Key to Classification and Symbols Plates A..4-A.5 - Logs of Borings Respectfully submitted, CMJ ENGINEERING, INC. Texns FiaM R�cisraniioN No. F-9177 ��� ���,/ r�. James . Sappington, IV, P.E. Projec Engineer Texas o.97402 _,�...e�� �'CP:�� ��'TE:�,-91�1 r ,:'� �'r �l `ir*� � * ��� � ..:......................... JAMES P. SAP INGTON, IV 0 i... .................... , O 1 �'. 97402 .�[�o 1 0,�; S/ ENS � � � l�� o� Qna`` �C�; ��vb, copies submitted: (3) Mr. Sean Mason, P.E.; Kimley-Horn and Associates, Inc. (by mail) (1) Mr. Sean Mason, P.E.; Kimley-Horn and Associates, Inc. (by e-mail) -Q- z �— ( i I I I � N I �� I N � 3 W N � Z W � � Q � W � N � � ( I � � -3 I� nI N � � � � � N N — ss ss — 55 — SS — ss � ss 13�N1 S.l �l��J091 NO j�/ I� m � W �—w w—w w w—w—w—vu— w— N 3 N � � - - �-�`�j � - -��- - � � N I 3 � "' � � � � , o �N I i _ _J _ _ � � I _ '� — _ '� � � N � 3 � N �y I I i I I I 1 I J , 3 I J II -i �- - -N - - � ;-- - - - ----{ I I N I � I � I ! I p I I p I �1 (�--� ---� � �----- ---I I I N I I I V I I I � I I I _. I � _ _ J _ , _ _ c _ I — � � I J � � v v � 0 � y O � N n � � k 4 Q � c o �, 0 3 U � � � ai J C � J O� O � G � � C O � � � � 7 1J � J � y 3 N U � Vy W W w z � � W � �\) V I � � N � � � • Z � U W 7 O � � 7 � U � i � � o ' � E � � � Q (� � W r� C '` ' m Q vWi FZ-- � Q 4... � � � � c( �' �- I i [1� 1 � Q J a � � � j v PLATE �� � �. � � R e i Major Divisions Gip Typical Names Laboratory Classification Criteria Sym. � �� Well-graded gravels, gravei- m o60 t��o)2 � �, c GW sand mixtures, little or no � c„= ----- greater than 4: C�= ------------- between 1 and 3 N L o fines '� ��o D�a x Dso � m � a � U � � �� .� � � Poorly graded gravels, gravel � � � � N ,.- �, U� GP sand mixtures, little or no v� �� Not meeting ail gradation requirements for GW � �' � � � �n ,a�'� fines � � c� � N c�a o� o C7 U` �o �' � " � � � � � Liquid and Plastic limits o� o z � o Silty gravels, gravel-sand-silt °i c� �? � „„. Liquid and plastic limits �, �- ��� GM �; � :�. below A Ime or P I. �� � c� � mixtures �� �� greater than 4 p�otting in hatched zone 0 z m � '� � � � �; ; � between ; �nd 7 are �? `° � �� o � N ; � Liquid and Plastic limits borderline cases "o � L � Ciayey gravels, gravel-sand- ,„. requiring use of dual �n � o �� GC c o � a� above'A ImewithP_I. -a a, � � Q. clay mixtures -� z :� symbols �, � ¢ � � : t greater than 7 c � � cu � m ��s u, E� :a �. � o � ; : o a� •`L-° °' � Well-graded sands, gravelly "-.' � � � °p �fio (p�o)Z � a� @ � c SW � N : ;; C„=p--- greater than 6: C�= -------------- between 1 and 3 �� E C�=. sands, little or no fines � ,o D�a x Dso o� N co o � U �n �n c � o N �� � i.. -O �v � � � ,� � N aC6i � Poorly graded sands; � �° � � ` ° � N v� SP gravelly sands, little or no �� � � ; Not meeting all gradation requirements for SW � � C � .� �, � � fines � �. � a .: � � � t� � O o Q- (V � � � p � p (A a� � � � �' � o z a� Silty sands, sand-silt �� L� Q Liquid and Plastic limits � `�- ��� SM mixtures � ���, �� below 'A line or P I, less �iquid and plastic limits L� � ro� ` Q o� o o than 4 plotting between 4 and 7 @ � �3 � � - � o ° -' � � are borderline cases � � �� ��' a Li uid and Plastic limits requiring use of dual o °�' SC Clayey sands, sand-ciay E�� above "A" line with P.I. symbols � � � mixtures � � � Q �, � m greater than 7 � � � U Inorganic silts and very fine sands, roc� flour, silty or �o^� ML clayey fine sands, or clayey �, � silts with slight plasticity � T � 6O � `—�° � Inorganic clays of low to •°-�,' � � medium plasticity, gravelly o �•� C� clays, sandy clays, silty clays, 50 N � = and lean clays o � � CN Z � � .� '�' OL Organic silts and organic silty ao �, ` clays of low plasticity � 'o � � � � � 30 � N Inorganic siits, micaceous or �� �� �' � MH diatomaceous fine sandy or Q �� OH a a MH ��v � L silty soils, elastic silts 20 aP � ro � L E � � CL � �`� GH �norganic clays of high �u @�' plasticity, fat clays � � cj� 'E � ti."•G�;.1�11L,,��,�'" ML a d OL � -6 4 � a Organic clays of inedium to �0 10 ZO 30 40 50 60 70 80 90 100 � v OH high plasticity, organic silis Liquid Limit U _c �.—`� Peaf and other highiy organic Piasticity Chart � � o Pt � �- � �n i soils � -- ------ �U�39�I�C ��!!.. GLfiv�I`{{�fil �UN �Y�! t;�'i :�:.�:: ��' ; I SOIL OR ROCK TYPES ma � m GRAVEL LEAN CLAY LIMESTONE � m � � e' . • — • � • SAND � • � SANDY � SHALE . � .� . SILT SILTY . SANDSTONE HIGHLY Sheiby Split Rock Cone No CLAYEY PLASTIC CLAY CONGLOMERATE Tube Auger Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fltl@ GI'alllBC� SOIIS (More than 50% Passing No 200 Sieve) Descriptive Item Penetrometer Reading, (tsfl Soft 0.0 to 1.0 Firm 1_0 to 1.5 Stiff 1.5 to 3,0 Very Stiff 3_0 to 4,5 Hard 4.5+ COaC'S8 Graltl8d SOIIS (More than 50% Reiained on No. 200 Sieve) Penetration Resistance Descriptive ltem Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined pidi�es oi �veakness that are slick and g{ossy in app�aranc� Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or siit Interbedded Composed of alternate layers of different soil types, usualiy in approximately equal proportions TERNIS t�ES�t�i�i�l� t�I�Y�i+��iL t�t�c��ti� i iE� vr= r2��h Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soit Can be scratched with fingernai! Moderately Mard Can be scratched easily with knife; cannot be scratched with fingernaii Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friabie Easily crumbled Cemenfed Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its naturai state before being exposed to atmospheric agents Slightly Weathered Noted predominantiy by color change with no disintegrated zones Weathered Complete color change with zones of siightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and generai appearance approaching soii I � n` n rr n � � IiX: 'J i Y l i l T�.�i�-.i%'�� f'i�ii'� ���i i��r iVii_it ii .'�A_i ` r'i i ce i-i.J I t�i..i sv . CMJ ENGIN�ERING INC Project No. Boring No. Project Cultural District Water and Sewer Improvements 103-12-144 B-� Phase 1- Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 50.0' pate 9-24-12 Surface Elevation Type B-53, w/ C FA �n o u. • t � Q �.. � N G u- o � � Stratum Description o � � �o 0 0 � � � �,� w � � o N� u_ � Uj �6 ,,, �= _�= x..-�. m❑ Ci o n.'� U � 3C �> '�•_ �ui= incu !?c c�E� w G` � a� � ca .0 ,� �� E m v o o'c � c o 0 Q.' [L' COd{— ClU) J'J Il.J (1 ��U �J �Un. ASPHALT, 6 inches thick GRAVEL, 10 inches thick 4.5+ 17 CLAY,, brown, w/ caicareous nodules and ironstone 4.5+ 18 nodules, hard 4.5+ 18 4.5+ 67 23 44 19 5 -w/ reddish brown below 7' 4.5+ 21 1 4.5+ 1 g SIL7Y CLAY, light reddish brown, w/ calcareous deposits and ironstone nodules, hard 4.5+ 82 29 15 14 12 15 4.5+ 9 119 4880 2 SAND, ian, w! 1/4" to 2" gravel, very dense 25 :, 50/4" 8 3 3 SHALY CLAY, light brown and light gray, w/ caicareous nodules and ironstone nodules, 4.5+ 24 102 6940 35 slickensided, hard LII+lIES70NE, gray, �a�/ occasional shale seams, hard to very hard 00/1.25' 4 10Q/0.9" 45 100/1 " 5 ----------------------- -� ...__.. I � LV J �� BV�I�Iv �ll r��'� �L.D-��� :�a.� I � CMJ �NGINEERING INC Project No. Boring No Project Cultural District Water and Sewer Improvements 103-12-144 B-2 Phase 1- Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 29.5' during driliing; dry at completion Completion Compietion Depth 50.0' pate � Q-8-12 Surface Elevation Type B-53, w/ CFA � o . a � o .fl o, oi N � u- � E � `o.� o o ' ��o- o � � Stratum Description o o � � mo � � � �-= �� _ � � � � N�LL; �� �a� �� ° x � m � U o Q a U � 3 C �> �' (/1 � N N N C � f/j U�� i.i.{ �:S ��� (0 .� LT C � C !� � O O � C O O IY � [D n. F-- d(n J J 0.. J d � � U �-I � U CL °::•a;�d: ASPHAL.T, 2.5 inches thick CONCRETE, 7.5 inches thick 2.75 21 CLAY, dark brown to brown, w/ caicareous nodules, 4.0 58 21 37 27 stiff to very stiff 3.0 24 99 3550 5 4.0 24 -w/ reddish brown below 7' 4.0 67 22 45 26 4.5+ 26 98 7820 � SILTY CLAY, light reddish brown, w! calcareous deposits, hard 4.5+ 14 15 4.5� 16 2 SILTY SANDY CLAY, light brown, w/ interbedded gravel, stiff 50/3" 3 25 2.0 26 24 14 10 10 3 -hydrocarbon odor at 29 5' SHALY CLAY, light brown and gray, hard 4.5+ 23 35 LIMESTOivE, tan, very hard 100/0.9" 4 n LIMESTONE, gray, very hard � � 104/0.5" � 45 � i � v v " 00/0.75' � 5 �-----------------------I � , � � z Y � n � � Tc /� ;9 r�i�.�r-, n�r. �� �� � t�" Sj:� I � Lvu G= BOr.i+vv �vv :��> , J1 -"' 1 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: CULTURAL DISTRICT-HARLEY & MONTGOMERY PH 3 Project# 01468 DOE No:6954 Fund Code: 03 Contractor: HOLE # 1 Montgomery LOCATION: 40'S of Watonga W/4 3.00" HMAC 13.00" Concrete (5025.0 PSI) 2.00" Grayish Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LOCATION: 50'S of Crestline C/4 2.50" HMAC 6.00" Concrete (5704.0 PSI) 7.50" Brown Sandy Clay w/gravel ATTERBURG LIMITS: LL:46.8 PL:22.7 PI:24.1 SHRKG: 15.Oo MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay UNIT WEIGHT: N/A #/CFT HOLE # 3 LOCATION: 50'N of Harley E/4 2.25" HMAC 7.25" Concrete (5569.0 PSI) 7.50" Brown Clay w/gravel ATTERBURG LIMITS: LL:24.3 PL:13.6 PI:10.7 SHRKG: 7.Oo MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Sandy Clay UNIT WEIGHT: N/A #/CFT HOLE # 4 LOCATION:50'W of Gendy N/4 4.00" HMAC 12.00" Brown Clay w/rocks ATTERBURG LIMITS: LL:53.7 PL:27.8 PI: 25.9 SHRKG:16.Oo MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish Brown Clay UNIT WEIGHT: N/A #/CFT HOLE # 5 LOCATION:40'E of Montgomery S/4 7.00" HMAC 9.00" Brown clay w/rocks ATTERBURG LIMITS: LL: 41.OPL:18.6 PI:22.4 SHRKG: 14.Oo MUNSELL COLOR CHART: 10 Yr. 6/4 Lt Yellowish Brown Clay UNIT WEIGHT: N/A #/CFT HOLE # 1 Rip Johnson LOCATION: 30'N of Burnett & Tandy E/4 8.75" Concrete (5661.0 PSI) 6.50" Dark Brown Clay w/rocks 3.75" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 2 LOCATION: 230'N of Burnett & Tandy C/4 9.50" Concrete (5059.0 PSI) 7.50" Sandy Dark Brown Clay W/rocks ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 3 LOCATION: 430'N of Burnett & Tandy W/4 7.00" Concrete (5584.0 PSI) 9.00" Dark Brown Clay w/rocks ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 4 LOCATION: 630'N of Burnett & Tandy E/4 8.00" Concrete (5504.0 PSI) 6.00" Dark Brown Clay w/rocks 6.00" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 5 LOCATION: 830'N of Burnett & Tandy W/4 7.50" Concrete (5413.0 PSI) 8.50" Brown Clay w/ gravel ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT HOLE # 6 LOCATION: 20'S of Lancaster C/4 7.50" Concrete (4930.0 PSI) 2.00" Brown Clay w/rocks 6.50" Dark Brown Clay ATTERBURG LIMITS: LL: PL: PI: SHRKG: .Oo MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: N/A #/CFT 3 Approval: ' Ryan Jeri ' Routing: Date Tested: 2/16/13-2/28/13 Superintendent Requested by: John Kasavich Tested by: Soil Lab File GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July l, 201 1 City Project No. 01468 January 15, 2013 Mr. Sean Mason, P.E. Kimley Horn and Associates 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 RE: Limited Phase II Investigation City of Fort Worth Harley Avenue Phase 2 Paving and Drainage Improvements Montgomery Street and Harley Avenue, Fort Worth, Texas W&M Project No. 823.010 Dear Mr. Mason: W&M Environmental Group, Inc. (W&M) conducted a Limited Phase II investigation on December 10, 2012 and December 28, 2012, on behalf of Kimley-Horn and Associates, which consisted of soil sampling in and along Montgomery Street and Harley Avenue at their intersection and extending approximately 400 feet south of their intersection along Montgomery Street in Fort Worth, Texas (Site). The puipose of the limited investigation was to sample soils that are planned to be disturbed as part of the installation of a new sanitary sewer pipeline. The Site location is presented on Figure 1 and sampling locations are presented on Figure 2. SOIL INVESTIGATION During a geotechnical exploration performed by CMJ Engineering, Inc. (CMJ), petroleum-like odors were observed in soil fi�om 29.5 feet below ground surface (bgs) in boring B-2. Boring B-2 was located on the east side of Montgome�y Sh•eet approximately 150 feet south of the intersection of Montgomery Street and Harley Avenue. On December 10, 2012, W&M attempted to advance four soil borings (SB-1, SB-2, SB-3, and SB-4) to a depth of 40feet bgs to investigate observations made by CMJ and assess potential environxnental impacts to the Site from properties adjoining the roadway. However, refusal on hard weathered limestone (not mentioned in the geotechnical borings) was encountered in each of the four soil borings at a depth of approximately 24 feet bgs. This layer of weathered limestone was not visible in the Geotechnical boring logs completed by CMJ. W&M returned to the Site on December 28, 2012 with a larger drill rig capable of penetrating the weathered limestone layer to collect a sample of soil containing the petroleum odor encountered by CMJ. A photographic log of investigation activities is presented in Attachment A. Subsurface Soil Investigation Tlu•ee soil borings (SB-2, SB-3, and SB-4) were advanced in the east side of Montgomery Street just south of the intersection of Harley Avenue. Soil boring SB-lwas advanced in the north side of Harley Avenue near the northeast corner of the intersection of Harley Avenue and Montgomery Street. The four soil borings encountered refusal on hard weathered limestone at approximately 24 feet'bgs. W&M returned to the Site witl� a larger drilling rig to complete a boring to a depth of 40 feet bgs. Soil boring � AUSTiN FORi WORTH HOUSTON SAN ANTONIO PLANO mvw.wh-m.com Mr. Sean Mason January 15, 2013 Page 2 SB-5 was drilled on December 28, 2012 in the northwest corner of the City of Fort Worth parking lot in a location southeast of the intersection of Montgoinery Street and Harley Avenue. Soil under the Site consisted of approximately 3 feet of low plasticity sandy clay fill followed by 7 feet of alternating red and brown clay layers with a clay and weathered limestone fi•agment layer fi�om 10 to 15.5 feet bgs. Clayey sand was obseived fi�om 15.5 to 29 feet followed by alternating clayey weathered limestone and sandy clay layers. The soil was continuously �eld screened for staining, odors, and volatile compounds with a photoionization detector (PID). A strong petroleum odor was encountered in soil fi•om 30 to 35 feet bgs in soil boring SB-5. In addition to the olfactoiy obseivations, elevated PID readings were observed in soil from 33 to 35 feet bgs in soil boring SB-5. PID values fi•om each sampling interval are included in the soil boring logs provided in Attachment B. Soil samples were collected fi�om soil that either exhibited the highest PID values, was near the water table interface, and/or at the bottom of the boring if above conditions not encountered. Soil samples were placed in laboratoiy-supplied glass jars and immediately stored on ice. The soil samples were delivered to TTI Environmental Laboratories (TTI) in Arlington, Texas for laboratory analysis. Sample Analysis and Results Analytical results for the soil samples are summarized in Table 1. A copy of the laboratoiy analytical data pacicage is presented in Attachment C. The Site is located in a commercial area; therefore, the soil sample results were initially compared to the Texas Rislc Reduction Program (TRRP) protective concentration levels (PCLs) for coinmercial/industrial use (0.5-acre property). However, because of the west adjacent residential property use south of the Site and potential need for um•estricted use of removed soil, residential soil to groundwater ingestion PCLs for Class 1 groundwater were chosen as the critical PCLs in which to compare the analytical results. Laboratoiy analysis identified no chemicals of concern (COCs) with detectable concentrations above the sample detection limits (SDLs) in the soil samples collected fi�om soil borings SB-1 through SB-4. The soil sample collected fi•om soil boring SB-5 had detections of several COCs above SDLs. The VOC concenh•ations were below tl�e coi7•esponding PCLs. COCs detected above SDLs included TPH (C6- C12), bromodichloromethane, n-butylbenzene, sec- butylbenzene, ethylbenzene, isopropylbenzene, 4- isopropyltoluene, napl�thalene, n- propylbenzene, 1,2,4- h•imethylbenzene, 1,3,5- trimethylbenzene, and m,p-xylene. These COCs indicate a historic peh•oleum release which is corrnnon around former filling stations and piplines. CONCLUSIONS Review of analytical results for soil samples collected at the Site did not indicate concenh�ations of TPH or VOC constituents above the SDLs or PCLs in soil borings SB-1 through SB-4. However, soil sampled fi•oin soil boring SB-1 through SB-4 were collected fi•om above the previously reported depth of impact due to sampler refusal at approximately 24 feet, The soil sample collected from soil boring SB-5 (35') had concentrations of several COCs above SDLs. The VOCs were detected at concentrations below their respective PCLs. The TPH concentration in the C6 to C12 (carbon chain length) range was above its PCL for residential use and below its PCL for commercial use. With a former gasoline station adjacent to the boring and with the petroleum odor and the petroleum COCs, this is indicative of a historical release that has degraded to concentrations that do not present a health or environmental rislc. Mr. Sean Mason Januaiy 15, 2013 Page 3 Based on the reports of petroleum odors fi•om geotechnical boring B-2 at approximately 29.5 feet below grade, lack of petroleum impacts in four soil borings advanced at the Site by W&M to 24 feet bgs, and TPH-impacted soil encountered at 35 feet below grade above the residential PCL, soils below 24 feet should be managed as potentially impacted by a historic petroleum spill. Soils with petroleum impacts including odors will ueed special handling. Additionally, if workers enter the trench, W&M recommends iinplementing the City's Permit Required Confined Space Entiy prograin which inay requue continuous aiispace monitoring due to the strong petroleum odor encountered around 30 feet bgs. The source area of the impacts has not been identified; therefore, the inaximum concentrations anticipated to be encountered cannot be determined fi•om the available data. This report was prepared for the sole use of Kimley-Horn and Associates and the City of Fort Worth and shall not be relied upon by any other party without the express prior written consent of Kimley-Horn and Associates, the City of Fort Worth, and W&M. This document was developed by employing generally accepted methods and customaiy practices of the environmental profession. W&M appreciates the opportunity to be of service to you on this project. If you have any questions or need additional information, please feel free to contact us at 972-516-0300. Veiy truly, W&M ENVIRONMENTAL GROUP, INC. �/ �" , � ; Brent Vollmar Environmental Scientist � �� � Eugene L. Murray, P.G. President Museum Parking �ot Vacant Lot I � I ` Residences �: � Hale House Vintqge Living (1800 Montgomery Street) Travinos Restaurante (1812 Montgomery Street) .o LAFA YETTE A VENUE � ._---- ---.________�___._.___.____________r__...._________�____.. � ,I: � Residences ;I � Fort Worth Shaver 8c Appliances (1900 Montgomery Street) � Legend � __ SB-1 __ HAIZLEYA VENLlE ,-_.._ _ _. __.. , _ ._ _ _ _ _ _ ,�, '' __._____x..—._ x— x. _— x_— x_— x,_ _. .x. _._..__.x_ � �— _. x �SB-5 i� ;x � ' x City of Fort Worth I Parking Lot x � x � x L X--..__._X __.�_, x� x Soul Fitness (1901 Montgomery Street) x x � X Figure 2 Boring Location Plan Montgomery Street Fort Worth, Texas ENVIRONMSNTAL GROUP, INC. www.wh-m.com � I X- � � Pole—Mounted Transformer Fence W&M Soil Boring Location CMJ Geotechnical Boring 13 � W&M Project No. 823.010 � ESA � Drawn SB-4� � y ,I� , � B-2 � � � y sB-3 � y 0' 40' 80' APPROXIMATE SCALE y: BV Checked By: EM � F" � A ra � U f'^ � � r�ar � � � Q a � � � � C w � � � N � ^ i O � � � � L Y N �! U °� °' � Ca !a Q La Gl , ' � 's: O O v v v v v� j °J o 0 0 0 ^+ - >+ O O O O�� O N � O O O O O M � a o 0 0 0 0 E V V V V o � � � � � � ti a � � � � � �' � O O O O �p M�t„ y O O O O M � � „ Ci N O O O O p H "' E C O O O O � 'L �/ V N �/ O . � a rn rn rn � -' o N a� N O O O� nl � O� � E O O O � O r d' •� a+ � OV V O O�� �. V >' a o 0 0 � '^ � ON O O O�� O 7 0" aCi O O O O O�.1� c'a V V V � v o 0 0 0 ro cv ro c�� c�i ��.�.'.:�.. '� v o 0 0 0� �� s c o 0 0 o m M �� o 0 0 � o z b�A ��.+ C � N N N c�l �, U aCi p(�t N N(�I ����0 O O O O� � O p � v'� O O O O �:� p� > T a O O O O �. �p V L o V o V o 00 a Ry 0 c v � � � � '� M � .cn- M :.O T a � O p O N O O O O����� � w. N p ; M O O O O o V V V V H U C' M M M M N O O O O m��.0�: d o 0 0 0 0 0� ,� o000 � r �v v v � o ,N v .o �r �o � <i, � d � N O O O O������ � 0.�1 � o 0 0 0�'��: d" '" c a � v o 0 o m �' C V V dN' '�d�' .... �... �D O � N O O O O� �. � 0 0 0 o m o �i �'" O O O O � � N A V�V V V�� .c � r � c� � -� u M M m m � %d � o o O o ry p�� � O N y O O O O �0�.. O O O O O p p 0 Q v V � pO ��. O A � U "i '�' � `n � ��.�� p rn o ' V V V V V � N bA (,j � �•-" bC � b �D � �O �O :'.O� v V O� 01 O� O� T��.��..� � � � V � V p O a U N F U O O O O 0��.� 0�0 N � � V V V V V cp N N N N N ' � .-� �. .-. ^. ,-. � O O O O O A i N N �� �i a A V M� d' Vl �a V v c�i c�� �� c�� ri ;�. P. a -� �� r, v v, a, � � c�wwmaa'C � �y v� v� cn zn cn U'C `n ' U ai O � b 0 v � a W U � Q O .� O Q. � G � � O W � U O > 'd � E 0 U U .� O N .o > x F c O P U b T x i 0 � 0 t- G .� .� � c�i � 0 m 0 � � d 4: P O N � b ._ � N N a. � � P L E � � 4=� C 't7 '� 3 Q � G � .� � � � C � o a '� o � � � O � O a .o E � vtd, ❑ 0 � � 3 0 O U °' o � ti � �, � C '� ro b � a U � � o ¢ v m � 3 � �, N U m m � U 7 N U � 0 � � A ro .� �o .� C O b�q .� � 3 -� 0 on �O w .J U � x h a W U H PHOTOGRAPHIC LOG ATTACHMENT A west. Photo 2: Soil boring SB-2 as viewed to the south in front of Soul Fitness (1901 Montgomery�. � � I� f L !; Attachment A Photographic Log Mont�omery Strcet Fort Worth, Texas 12-10-12 Phase Il W&M Projcct No.: 823.010 Photo 1: Soil boring SB-1 on Harley Drive as viewed to the south- Attachment A Photographic Log .a ; ��'�. � . . '� �,� Montgomcry Street . ' Fort Worth, Tcxas 12-10-12 Phasc lI W&M Project No.: 823.010 Photo 3: Soil boring SB-3 in Montgomery Street as viewed to the northwest. Photo 4: Soil boring SB-4 as viewed to the west/sotith��est from the southeast corner of the intersection of Montgomery Street and Harley Avenue. ery Street. ` �� Attachment A Photographic Log 3 Montgomcry Strect � y F���! l� �� �, �� ��, �. �� � � � � Fort Worth, Texas 12-10-12 Phasc II W&M Project No.: 823.010 Photo 5: Soil boring SB-4 as viewed to the north along Montgom- Photo 6: Soil boring marking located in Montgomery Street. � � �� �� , �' � ` i� a � i;�t ;.pll�� 12-28-12 Phasc Il Attachment A Photographic Log Mont�omery Street Fort Worth, Texas W&M Ptrojcct No.: 823.010 Photo 7: Soil boring SB-5 at the southeast corner of the intersec- tion of Montgomery Street and Harley Avenue as viewed to the north. Photo 8: Soil boring SB-5 patched with concrete as viewed to the north��est. SOIL BORING LOGS ATTACHMENT B BORING NUMBER SB-'1 W&M Environmental Croup, Inc PAGE 1 OF 1 _—__-�:��, w���u�.�vh-m.cum CLIENT KimleV Horn PROJECT NAME City of Fort Worth Pavinq and Drainaqe Improvments PROJECT NUMBER 823.090 PROJECT L�CATlQN Montqomery Street adn HArieY Avenue Fort WorthL ex, DATE STARTED 12l10/12 COMPLEfEA 12/10/12 GROUND E�EVATION 606 ft HOLE SIZE 2" DRlLLING CONTRACTOR Maqna Gore GROUND WATER LEVELS: DRILLING METHOD Geoprobe AT TtME OF DRII.LING — LOGGED BY G.Murray CNECKEO BY G.Murray AT END OF DRILLING - NOTES AFTER DRILLING -- w U h}- W Z a x W C0 v n- o MATERIAL DESCRIPTION 0. �v �Z � �J � Q � a � 0 Asphalt — ` a"1 Fiil, gravel �—s�• 0 ------------------------------------------- Fiil, tan, ciay, some sand, low plasticity, with some gravel, dry 4.0 602,0 5 Clay, red-tan, some sill and sand, low plasticity, dry 0 Cl. ') 0 � 13A _��_._�___._._ 593.tl Clay, tan, gravel, limestone inclusions, low piasticity, dry �^^ 15 p CL 18.0 588.0 Sand, tan, sifty, well socted, some cfay, dry 20 O `'' SW- '� SM 0 � � • 23.8 582.3 ? SB-1-2 Weathered limestone and chert, very hard 0 " 25 � Probe refusal at 24 feet w Bottom of hole at 24A feet. ��,, � �� � W � � o �v EUG L. M1IRRAY v 0 30 p ��L�GY � 298 �� 3 `P/U �c�NS��� � ���xGti� _ m J � 35 z w t� BORIPIG NUMBER SB-2 W&M Environmental Group, 1nc. PAGE 1 OF 1 —�.=---��L� w�vti�.wh-m,com CLI�NT KimleV Hom PRQJECT NAME Cikv of Fort Worth Pavinq andDrainage Improvments PROJECT NUMB�R $23.010 PROJECT LOCATION Montqomery Street adn HArIeV Avenue, Fori Worth, e DATE STARTED 12/10/12 COMPL�TED 12l10/12 GROUNO ELEVATION 606 ft HOLE SIZE 2" QRII,LfNG CONTRAC70R Maqna Core GROUNO WATER LEV�LS: DRILLING METHOD Geaprobe AT `fINIE OF DRILLING — LOGGED BY G,MurraV GH�CKED BY G.Murrav AT END OF DRILLING — NOTES AFTER DRIL�ING -- w � W uj U E w � J� � Q p MA7ERIAL DESCRIPTION o 0 a- � (x Q z � c� a � 0 � Asphalt -- p' -1 �ill, sand and gravel /��. p ---�----------------------------�-------�--------- Fill, dark gray, clay, high piasticity, dry 4.0 602.0 5 Clay, red-tan, some sill and sand, low plasticity, dry 0 CL _._. 9-0 _��.__.�.._------��_._--------------------------- 597.0 10 Clay, tan, some sand, IlmeStone fragements, loW plasticity, dry 0 GL __. 13.0_—��_��_.^�-----------�----�---,—.__..=---- 593.0 ---------- Clay, lan, gravel, limestone inciusions, low plasticity, dry 15 C� 0 17.0 5£19.0 Sand, tan, silty, Well sorted, some'clay, dry 20 SV�j. •' �, M SM " � � 0 •' 22,8 583.3 ? SB-z-2 Weathered limestone and chert, very hard � � " 25 Probe tefuSa) at 23 feet a Bottom of hole at 23.0 feet. � � ��� 0� T�� � � � W � � � o .� '�' 0 30 G RRAY � � � OLOGY 3 � 298 � ` �tc�N�� p � �'acxG� J � 35 � � BORING NUMBER SB-3 W&M Environmental Grnup, tnc. PAGE 1 OF 1 -�=�.r wtv���.wh-m.com CLIENT Kimlev Horn PROJECT NAME City of Fort Worth Pavinq and Drainaqe Impravments PROJECT NUMBER 823.010 PROJECT LOCATION Mo�tqomery Street adn HAriev Avenue Fotl Worth ex. DATE STARTED 12/10/12 COMPLETED 12J10/12 GROUND ELEVATION 606 ft HOLE SIZE 2" DRILIWG CQNTRACTOR Magna Gore GROUND WATEf2 LEVELS: DRILIING METHOD Geoprobe AT TIM� OF DR)LUNG - LOGGED BY G,Murray CHECKED BY G.Murrav A7 ENp OF pR1LLING -- NOTES AFTER D{21LLING — w _ �" � vi U E _ � � W � � � O MATERIAL DESCRIPTlON °�..�- o °- � Ga Q z � � a. � 0 ;,9;.�;;�p Asphalt Concrete under asphalt 0 Fill, dark gray, clay, some sand, high plasticity, dry 5 5.0 601.0 p Clay, red-tan, some silt and sand, 1ow pl2skicity, dry CL 14 __ 10.0 ��--------•-----------s9s.0 0.3 � Clay, lan, gravel, limeskone inclusions, low plasticily, dry C� 15 0.6 18.0 588A �:. : Sand, tan, silty, well sorted, some clay, dry 20 0.6. M �,^' VY "' SM '•° 0 � 5 23.8 582.3 z SB-3-2 ' Weathered limestone and chert, very hartl 0,5 � 25 � Probe retusal at 24 feet W Bottom of hole af 25.o teet. ��,�� OF T��, � '" r-� 9 � � �. � � � a 30 � • RA � � O OQY � � 298 ��' � C a �'BiJSE�c� _ �, A:(, � C,�� m J � 35 z w � BORING NUMBER SB-4 W&NI Envircmmental Group,lnr. PAGE 1 OF 1 _��-� �v�vw,H�h-m.cc�m CLIENT K(rnley Horn PROJECT NAME City of Fort Worth Pavinq and Drainaqe Improvments PROJECT NUMBER 823.010 PROJECT LOCATION Montgomery Street adn HArlev Avenue Fori Worlh, ' DATE STARTED 12/10i12 GOMPLETED 12/1Q/12 GROUND ELEVATION 60B ft HOLE SlZE 2" DRILLING CONTRACTOR Maqna Gore GROUND WATER LEVELS: DRII.LING METHOD Geqprobe AT TIME OF DRILLING -- LOGGEp BY G.MUrray CHECKED BY G.Murrav A7 END OF DRILLtNG -- NOTES AFT'E12 DRILL(NG — w �}' � U _ E- W � Z E W� w� � Q O MATGRfAI, DESCRIPTION a p � Z j CC "� ❑ � � d � Asphalt Concrete under asphait Ffll, dark brown, clay, some sand, high plast�city, dry , red-tan, same siit and sand, low plasticiiy, dry GL � 4.2 ��� � Clay, tan, gravel, limestone inclusions, IoW plasticity, dry, faint petroleum odor at 15 feet ^ V^^�� ��'$ CL 10.5 .•; . Sand, tan, silty, well so�ted, some clay, dry 20 �' � '. , "' SW- � SM �,. 0 � � •°. •° 93 R A.0 Weathered limestone and cherl, very hard ��4 Probe refusal at 24 feet eottom 9f hole at 25.d feet. ,�F, F j'�, � 3 'a r s m J � W Z W f7 � �r� Mua�Av LOGY 298 / BORIfVG NUMBER SB-5 W&M Enviro�lmental Group, Inc. PAGE 1 OF 1 --���_� w�v�n�.wh-in.com CLIENT Kimley Horn PROJECT NAME _ City of Fort Worih Pavinq and Q�ainaqe lmprovments PROJECT NUMBER 823.010 PROJECT LOCA'TION Montqorpery Slreet adn NArley Avenue Forl Wotth ex; DA7E STARTED 12/28/12 COMPLETED 12l28/12 GROUND ELEVATION 606 ft HOLE SIZE 2" DRILIiNG CONTRACTOR SCI LLC GROUND WATER LEVELS: DRILLING METHOD HSA qT T1ME OF DRILLING -- LOGGED BY B,Vollmar CH�CKED BY B.Vollmar AT END OF pRILLWG — NOTES AFTER bRILLiNG -- W Z � W (� _ � Q� � g � Q O MATERIAL DESCRIPTION a �z � � � Q a � 0 qsphalt parking lot su�face Fiil, tan and gray, clay, sandy with some gravel, low plasticity, dry 0,1 4.0 602.0 5 Clay, brown, sorr)e sandy With some gravel, low plasticity, dry Cl. 0.1 -- 6.0 ------------�------�---------- 6Q00 Glay, red-brown, some silt,low piasticity, dry ------------------' CL 1� __ 10.0_��.__..___���--^--------`.__._-----._-----------�— 59BA 5,8 Ciay, tan-red, gravel; lifttestone inclusions, low piasticity; dry CL 15 15.5 590.5 9.0 .;. . Sand, lighttan, clayey; �raciured limestone, poorly sorted, dry f 20 SW^ �P� � O� T�, 6.8 � SM � �� �� � � � o .�. C? .v GE; U AY � � � �.oG1� � �' 25 2�8 a SB-5-2 t�, 10.9 � 2s.o �'E N S �� sao.tl � W Weathered limestone, tan, large rock fragments of chert L�, (�j� � r � �,. � � zs�a 5n.o �' 30 Weathered limestone and chert with altemating clay layers, strong petroleum odor at 33' - 35' � 1.5 � Terminate boring at 35' W 3 a i 3,200 m J � 35 SB-5-3 35.0 571'0 3,150 � Bottom of hole at 35.0 feet. � LABORATORY ANALYTICAL DATA REPORTS ATTACHMENT C ; TTI LABR�T � � � TEST REPORT TTI Lab No: 2128368 1�o wa nccor,o,r o� �� .., yo � F P � � U U -a Q ... � . �:�', 2 Customer ID: PO #: Date Collected: Date Received: Date Reported: WMEGI N/A 12/28/12 12/28/ 12 Ol/09/13 Brent Vollmar W&M Environmental Groun Inc. 906 E. 18th Plano, TX 75077 Dear Brent Vollmar: Please find the enclosed analytical results for the samples you submitted to TTI Environmental Laboratories. The as-is-received samples were suitably preserved and prepared as per EPA approved methodology. The determinations were can•ied out using EPA approved methods. The test results are tabulated in the attached tables. The analytical data contained in these tables has undergone a thorough review and is deemed to be accurate and complete. Everyone in our organization will work hard to earn your continued support. We appreciate the opportunity to do business with you and look forward to a growing relationship in the future. Please do not hesitate to contact us, if we can be of any service to you or if you have any questions, at (817) 861-5322. � Melanie Ball Project Manager �� � � � � '^=-^'. �„-�.. �:. ��" ; ! i �� � ���:=' .�K- Proiect Name Project No: ��0 �N ACCOqbq � yP 4.� "�"'� e� � � V U � .Z � ' S Montgo�neiy Sh•eet Utilities 823.010 Client Sample ID SB-5-35' Laborato►•v ID 2128368-02 Matrix Soil TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reparted: Ol/09/2013 Sampled: 12/28/2012 Page 2 of 10 2117,Arlingion Do�vnsRond �Arlington,Texas7C011 Phonc:(A17)R(1 -5322 �Fns:(R17)261 1717 Proiect Name: ' Project No: �� � � " �� . ���� 3 . •• 1 1 4 ' ` SAMPLE ID: SB-5-35' TTI SAMPLE NO: 2128368-02 TT1 L� RalTC1 ES�L TOTAL PETROLEUM HYDROCARBONS �O ��l ACCpRO ♦ 4 � tic ,�o� � ,. F � : � U � � ' Z TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O1/09/2013 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS FLG ANAL. ANALYZ�D NUMB�R RESULTS >C6-C12 TCEQ1005 1.05 I.OS 9.96 130 mg/kg wet VK 12/31/12 >C12-C28 TCEQ1005 0.96 0.96 9.96 <0.96 mg/kgwet U VK 12/31/12 >C28-C35 TCEQ1005 1.13 1.13 9.96 � 1•13 mg/kgwet U VK 12/31/12 Stn���ogate.•1-Chlorooc�adecane TCL'QI005 31-140 88.2% VK 12/3U12 Stn�rogale: 1-Chlorooctai�e TCEQ1005 37-129 85.0 % VK 12/31/12 VOLATILES ANALYTE M�THOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Acetone EPA 8260B 0.10 0.10 5.00 < 0.10 µg/kg Wet U VK 12/31/12 Benzene EPA 8260B 0.92 0.92 5.00 � 0•92 µg/kg wet U VK 12/31/12 Broinobenzene EPA 8260B 0.35 0.35 5.00 < 0.35 µg/kg wet U VK 12/31/12 Bromochloromethane EPA 8260B 0.11 0.11 5.00 < 0.1 I µg/kg wet U VK 12/31/l2 Bromodichloromethane EPA 8260B 0.37 0.37 5.00 1•29 µg/kg wet J VK 12/31/l2 Bromoform EPA 8260B 0.19 0.19 5.00 < 0.19 µg/kg wet U VK 12/31/12 Bromomethane EPA 8260B 0.92 0.92 5.00 � 0•92 µg/kg wet U VK 12/31/12 2-Butanone EPA 8260B 0.41 0.41 5.00 < 0.41 µg/kg wet U VK 12/31/12 n-Butylbenzene EPA 8260B 0.40 0.40 5.00 94.6 µg/kg wet VK 12/31/12 tert-Butylbenzene EPA 8260B 0.42 0.42 5.00 � �•42 µg/kg wet U VK 12/31/12 sec-Butylbenzene EPA 8260B 0.21 0.21 5.00 35.6 µg/kg wet VK 12/31/12 Carbon disulfide EPA 8260B 0.12 0.12 5.00 <0.12 µg/kg wet U VK 12/31/12 Carbon tetrachloride EPA 8260B 0.25 0.25 5.00 � 0•25 µg/kg wet U VK 12/31/12 Chlorobenzene EPA 8260B 0.22 0.22 5.00 � 0•22 µg/kg wet U VK I2/31/12 Chloroethane EPA 8260B 0.30 0.30 5.00 <030 µg/(�g Wet U VK 12/31/12 Chlorofonn EPA 8260B 0.51 0.51 5.00 < 0.51 µg/kg wet U VK 12/31/12 Chtoromethane �PA 8260B 0.18 0.18 5.00 < 0.18 µg/kg wet U VK 12/31/12 � 21 17, A rling�on D ow ns R oad �A rlingion, Texas 7601 1 Page 3 of 10 Phonc: (817) SGI -5322 �Fax: (R17) 261 1717 � =c � i �� � ��` ���' � ! � � �::.'�,.��'V^Mv^ :.. .,:`�,:.s" Proiect Name: Project No: Montgomery Street Utilities 823.010 SAMPLE ID: SB-5-35' TTI SAMPLE NO: 2128368-02 VOLATILES ��O �H ACCOq�A � tie W� ,�+�" F Q' ^ Y � C U = � TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O1/09/2013 ANALYT� METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS FLG ANAL. ANALYZED NUMB�R R�SULTS 2-Chlorotoluene EPA 8260B 0.21 0.21 5.00 < 0.21 µg/kg wet U VK 12/31/12 4-Chlorotoluene EPA 8260B 0.26 0.26 5.00 � 0•26 µg/kg wet U VK 12/31/12 1,2-Dibromo-3-chloropropane EPA 8260B 0.13 0.13 5.00 � 0•13 µg/kg wet U VK I2/31/12 Dibromochloromethane EPA 8260B 0.25 0.25 5.00 < 0.25 µg/kg wet U VK 12/31/l2 1,2-Dibromoethane EPA 8260B 0.42 0.42 5.00 � 0•42 µg/kg wet U VK 12/31/12 Dibromomethane EPA 8260B 0.18 0.18 5.00 < 0.18 µg/kg wet U VK 12/31/12 1,2-Dichlorobenzene EPA 8260B 038 0.38 5.00 � 0•38 µg/kg wet U VK 12/31/12 1,4-Dichlorobenzene EPA 8260B 0.25 0.25 5.00 � 0•25 µg/kg wet U VK 12/31/12 1,3-Dichlorobenzene EPA 8260B 0.46 0.46 5.00 < 0.46 µg/kg wet U VK 12/31/12 Dichlorodifluoromethane EPA 8260B 0.24 0.24 5.00 < 0.24 µg/kg wet U VK 12/31/12 1,1-Dichloroethane EPA 8260B 0.17 0.17 5.00 � �•» µg/kg wet U VK 12/31/12 1,2-Dichloroethane EPA 8260B 0.21 0.21 5.00 < 0.21 µg/kg wet U VK 12/31/l2 1,1-Dichloroethylene EPA 8260B 0.23 0.23 5.00 � 0•23 µg/kg wet U VK 12/31/12 cis-1,2-Dichloroethene EPA 8260B 0.12 0.12 5.00 � 0•12 µg/kg wet U VK 12/31/12 trans-1,2-Dichloroethylene EPA 8260B 0.18 018 5.00 � �• � 8 µg/kg wet U VK 12/31/12 1,2-Dichloropropane EPA 8260B 0.25 0.25 5.00 � �•ZS µg/kg wet U VK 12/31/12 1,3-Diehloropropane EPA 8260B 0.13 0.13 5.00 < 0.13 µg/kg wet U VK 12/31/12 2,2-Dichloropropane EPA 8260B 0.15 0.15 5.00 < 0.15 µg/kg wet U VK 12/31/12 cis-1,3-Dichloropropene EPA 8260B 1.54 1.54 5.00 < 1.54 µg/kg wet U VK 12/31/12 1,1-Dichloropropene EPA 8260B 0.12 0.12 5.00 <0.12 µg/kg wet U VK 12/31/12 trans-1,3-Dichloropropene �PA 8260B 1.13 1.13 5.00 < 1.13 µg/kg wet U VK 12/31/12 Ethylbenzene EPA 8260B 0.23 0.23 5.00 23�0 µg/kg wet VK 12/31/12 Hexachlorobutadiene EPA 8260B 0.24 0.24 5.00 � 0•24 µg/kg wet U VK 12/31/12 2-Hexanone EPA 8260B 0.40 0.40 5.00 < 0.40 µg/kg wet U VK 12/31/12 Iodomethane EPA 8260B 0.10 0.10 5.00 < 0.10 µg/kg wet U VK 12/31/12 Isopropylbenzene (Cwnene) EPA 8260B ] 38 1.38 5.00 66.0 Eig/kg wet VK 12/31/12 4-Isopropyltoluene EPA 8260B 0.22 0.22 5.00 9�81 µg/kg wet VK 12/31/12 Page 4 of 10 21 I7, A rlington D ow ns R oad �A rlinglon, Tcxa. 7C,011 P houc: (R 17) R( 1-5322 � Pax: (R 17) 261 1717 � TTI L�iBi R�AT�� ES�� . Proiect Name: Project No: ' SAMPLE ID: TTI SAMPLE NO Montgomery Street Utilities 823.010 SB-5-35' 2128368-02 VOLATILES �p �N AGCO��jR ,1 ���� ti 0 �� e � ��_ TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O l /09/2013 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS FLG ANAL. ANALYZED NUMBER RESULTS Methy] tert-Butyl Ether EPA 8260B 0.07 0.07 5.00 � �•�� µg/kg wet U VK 12/31/12 Methylene chloride EPA 8260B 5.42 5.42 25.0 < 5.42 µg/kg wet U VK 12/31/12 4-Methyl-2-pentanone EPA 8260B 0.14 0.14 5.00 < 0.14 µg/kg Wet U VK 12/31/12 Naphthalene EPA 8260B 0.20 0.20 5.00 128 µg/kg wet VK 12/31/12 n-Propylbenzene EPA 8260B 0.04 0.04 5.00 235 µg/kg �,et VK 12l31/12 Styrene EPA 8260B 0.15 0.15 5.00 <O.1S µg/kg Wet U VK 12/31/12 1,1,1,2-Tetrachloroethane EPA 8260B 1.10 1.10 5.00 < 1.10 µg/kg wet U VK 12/31/12 1,1,2,2-Tetrachloroethane EPA 8260B 0.11 0.11 5.00 <0:11 µg/kg Wet U VK 12/31/12 Tetrachloroethene EPA 8260B 0.18 0.18 5.00 < 0.18 µg/kg wet U VK 12/31/12 Toluene EPA 8260B 0.13 0.13 5.00 � 0•13 µg/kg wet U VK 12/31/12 1,2,3-Trichlorobenzene EPA 8260B 0.46 0.46 5.00 < 0.46 µg/kg wet U VK 12/31/12 1,2,4-Trichlorobenzene EPA 8260B 0.26 0.26 5.00 � 0•26 µg/kg wet U VK 12/31/12 l,l,l-Trichloroethane EPA8260B 0.15 0.15 5.00 �0•15 µg/kgwet U VK 12/3U12 1,1,2-Trichloroethane EPA 8260B 0.21 0.21 5.00 � 0•21 µg/kg wet U VK 12/31/12 Trichloroethylene EPA 8260B 0.46 0.46 5.00 < 0.46 µg/kg Wet U VK 12/31/12 Trichlarofluaromethane EPA 8260B 0.90 0.90 5.00 < 0.90 µg/kg wet U VK 12/31/12 1,2,3-Trichloropropane EPA 8260B 0.10 0.10 5.00 � 0•10 µg/kg wet U VK 12/31/12 1,2,4-Trimethylbenzene EPA 8260B 0.19 0.19 5.00 28•9 µg/kg wet VK 12/31/12 1,3,5-Trimethylbenzene EPA 8260B 0.86 0.86 5.00 3.61 µg�g �,et J VK 12/31/12 Vinyl acetate EPA 8260B 0.95 095 5.00 < 0.95 µg/kg wet U VK 12/31/12 Vinyl chloride EPA 8260B 0.33 0.33 5.00 <0.33 µg/kg �yet U VK 12/31/12 o-Xylene EPA 8260B 0.79 0.79 5.00 � �•�� µg/kg wet U VK 12/31/12 m,p-Xylene EPA 8260B 0.30 0.30 5.00 4.43 µg/kg wet ,1 VK 12/31/12 Stn•rogate: 4-Bron�o,�luorober�zene EPA 8260B 60-140 84.6 % VK 12/31/12 Stn�rogate: Tol:rene-d8 L'PA 8260B 60-140 93.6 °/a VK l2/31/12 Stn•rogale: Dibromo�Izroromeiha��e EPA 82608 60-140 91.6 % VK 12/31/12 Page 5 of 10 2117,Arlington Downs Road �Arlington,Texas76011 Phonc:(R17)8(,l -5322 �Fas:(A17)2C,1 1717 Proiect Name: Project No: � Montgomery Street Utilities 823.010 Batcli 2123122 - �PA 5030B Bl�nlc (2123122-BLI{I) I,1,1,2-Tetrachioroethane l, t, l-Trichloroethane I,1,2,2-Tetrachloroethane 1,1,2-Trichloroethane 1,1-Dichloroethane 1,1-Dichloroethylene 1,1-Dichloropropene 1,2,3-Trichlorobenzene 1,2,3-Trichloropropane 1,2,4-Trichlorobenzene i,2,4-Tri me thyl benzen e (,2-Dibromo-3-chloropropane 1,2-Dibromoethane 1,2-Dichlorobenzene 1,2-Dichloroethane l,2-Dichloropropane 1,3,5-Trimethylbenzene l,3-Dichlorobenzene 1,3-Dichloropropane 1,4-Dichlorobenzene 2,2-Dichloropropane 2-Butanone 2-Chlorotoluene 2-Hexanone 4-Chlorotoluene 4-Isopropyltoluene 4-Methyl-2-pe n tanon e Acetone Benzene Bromobenzene Bromochloromethane Bromodichloromethane Bromofonn Bromomethane Carbon disulfide Carbon tetrachloride Chlorobenzene Chloroethane Chlorofomi Chloromethane �TI LEiBt�RATU E5 L 1�0 �td AGCOqbq � ' yn �o +u� F V r' Y � r� �c V s i TTI Lab No: 2128368 Date Sampled: �2�28�2012 Date Received: 12/28/2012 Date Reported: O1/09/2013 VOLATILES - Quality Control TTI ENVIRONMENTAL LABORATORIES Rcporting Spikc Sourcc %REC RPD Result MDL Limit Units Levcl Result %REC Limits RPD Limit Notes _ < �,�0 1.10 <0.15 0.15 <p.l l 0.11 <p.21 0.21 <p.17 0.17 < p.23 0.23 <p.12 0.12 < p,46 0.46 <p,�0 0.10 < 0.26 0.2G <0.19 0.19 <0.13 0.13 < p.q2 0.42 < p.38 038 <p.21 02l < 0.25 0.25 <0.86 0.8G < p,4G 0.46 <p,13 0.13 < p.25 0.25 <p.15 0.15 <OAt 0.41 <0.21 0.21 < 0.40 0.40 < 0.26 0.26 < 0.22 0.22 <0.14 0.14 <0.(0 O.IO < p.92 0.92 <035 035 <0.11 O.II < 037 0.37 <0.19 0.19 < 0.92 0.92 <0.12 0.12 < 0.25 0.25 < p.22 0.22 < 0.30 030 < 0.51 0.5 ( <0.18 0.t8 2117, A rlington D ow ns R oad �A rlington, Tcxas 7l,01 1 Prepared & Analyzed_12/31/l2 5.00 µg/kg wet U 5.00 " 11 5.00 " U 5.00 " U 5.00 " U 5.00 " t1 5.00 " U 5.00 " U 5.00 " �1 5.00 " t1 5.00 " �1 5.00 " U 5.00 " U 5.00 " U 5.00 " U 5.00 " i1 5.00 " U 5.00 " U 5.00 " U 5.00 " U 5.00 " i1 5.00 " 1� 5.00 " U 5.00 " 11 5.00 " U 5.00 " �1 5.00 " �1 5.00 " U 5.00 " U 5.00 " U 5.00 " U 5.00 " 17 5.00 " 11 5.00 " 11 5.00 " 11 5.00 " U 5.00 " U 5.00 " �1 5.00 " �1 5.00 " U Page 6 of 10 P h o n e:( R I 7) A( t - 5 3 2 2 � F a s:( R 1 7) 2 6 I I 7 I 7 Proiect Name Project No: � TTI z� R� `, E� w Montgomeiy Street Utilities 823.010 VOLATILES - Quality Control TTI ENVIRONMENTAL LABORATORIES O �N AG�O�G �tiF- „' r=� " : 92 � �� �� � � : � U K � � . � � ���; S TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O1/09/2013 Rcporting Spikc Sourcc %uREC RPD �lytc Rcstdt MDL Limit Units Lcvcl Result %REC Limits RPD Limit Notcs ' Batch 2123122 - EPA 5030B Blank (2123122-BLKI) cis-1,2-Dichloroethene ; cis-1,3-Dichloropropene Dibromo ch l oromethane Dibrwnomethane Dich l orodi fl u oromethane Ethylbenzene Hexachlorobutadiene Iodomethane Isopropylbenzene(Cumene) m,p-Xylene Methyl tert-Butyl Ether Methylene chloride Naphthalene n-Butylbenzene n-Propylbenzene ' o-Xylene sec-Butylbenzene Styrene tert-Butylbenzene Tetrachloroethene Toluene ' trans-1,2-Dichloroethylene trans-1,3=Dichloropropene Trichloroethylene Trichlorofluoromethane Vinyl acetate Vinyl chloride Surrogate: 4-BromaJluorobenzene , Srn•rognte: Dibro�noJlt�aranethnne Srrrrogn(e: Toh�eiee-d8 LCS (2123122-BSl) ' l,l-Dichloroethylene ' Benzene Chlorobenzene Toluene ' Trichloroethylene Srn•rogate: 4-BromoJJrrorobenzene Sarrognte: DibramoJlua•anethnne Sm•rognte: Tolaene-d8 < 0.12 < 1.54 < 0.25 <0.18 < 0.24 < 0.23 < 0.24 <0.10 < 1.38 < 030 < 0.07 < 5.42 < 0.20 < p.40 < 0.04 < 0.79 < 0.21 <0.15 < 0.42 <0.18 < O.13 <p.18 < 1.13 < 0.46 < 0.90 < 0.95 < 033 SO SI 49 48.5 553 54.9 55.2 57.5 47 43 48 0.12 1.54 0.25 0.18 0.24 0.23 0.24 0.10 138 030 0.07 5.42 0.20 0.40 0.04 0.79 0.21 0.15 0.42 0.18 0.13 0.18 1.13 0.46 0.90 0.95 033 0.23 092 0.17 0.13 0.46 21 1 7, A rlinglon D o�e ns R oad �A rlington, Texns 7C>01 1 arcd & Analyzed: 12/31/12 __ 5.00 µglkg wet 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 25.0 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " " 50.0 " 49.6 " 50.0 Prepared & 5.00 µg/kg wet 49.5 5.00 " 49.8 4.00 " 50.0 5.00 " 50.0 5.00 " 50.0 " 50.0 „ 49.6 " 50.0 l01 60-140 l09 60-140 98.7 60-140 l2/31/]2 98.0 61-145 III 39-I50 t10 55-135 t10 46-148 I15 65-t35 94.6 60-140 86.1 60-140 96.8 60-140 Page 7 of 10 Phonc: (817) 861 -5322 �Pas: (S17) 261 1717 U U U U U U U U U U U U U U U U U U U U U U U U U U U � TTI L�iBt R{ATi3 ES L � Proiect Na�ne: Montgomery Street Utilities Project No: 823A10 VOLATILES - Quality Control TTI ENVIRONMENTAL LABORATORIES ��O � N A C C p qbA2 �,�' �� � F Q � = U V � � i = TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: ] 2/28/2012 Date Reported: 01/09/2013 IZcporting Spikc Sourcc %REC RPD lyte Rcsult MDL Limit Units Level Result %REC Limits RPD Limit Notcs Batch 2123122 - EPA 5030B LCS Dup (2123122-I3SD1) 1, I -Dichloroethylene 503 Benzene 53.4 Chlorobenzene 53.1 Toluene 50.2 Trichloroethylenc 503 Sta'rognte: d-lJromofluorobenzene d8 Surrognie: DibromoJluoronretlinne SO Stn'rognte: Tolaene-d8 49 Preparcd & 0.23 5.00 µg/kg wet 49.5 0.92 5.00 " 49.8 0.22 5.00 " 50.0 0.13 5.00 " 50.0 OAC 5.00 " 50.0 " 50.0 " 49.6 " 50.0 2 1 I 7, A r I i n g I o n D o w n s R o n d � A r 1 i n g t o n. T e x a s 7( 0 1 1 12/31/12 _ _ l02 61-145 3.74 25 107 39-I50 3.40 25 106 55-135 339 25 100 46-148 937 25 101 65-135 13.4 25 95.7 60-140 100 60-140 97.6 60-l40 Page 8 of 10 V h o n c: ( R 1 7) R C 1 - 5 3 2 2 � P a s:( R 1 7) 2 6 1 1 7 1 7 � � TTI L� RA�r,� � � � Proiect Name: Project No: ��O �N ACCOq�j9 • �o Q° .,, ;� � ' ... r� o : V � Y. .n .z : = �. - .' 2 Montgomery Street Utilities TTI Lab No: 2128368 823.010 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O 1 /09/2013 TOTAL PETROLEUM HYDROCARBONS - Quality Control TTI ENVIRONMENTAL LABORATORIES Rcporting Spikc Sourcc %REC RPD IAnalyte Residt MDL Li�nit Units Lcvcl Resul[ %REC Limits RPD Limit Notes I �� Batch 2123103 - TC�Q Prep ; � / Blank (2123103-BLKl) _ Prcpared & Analyzcd. l2/31/12 -. - -- >C12-C28 < 0.96 0.96 9.97 mg/kg wet U >C28-C35 < 1.13 1.13 9.97 " U >C6-C12 < 1.05 LOS 9.97 " U Sin•rogate:l-Chlorooctndecane - - . 6/.2 . . 74.8 8l.8 31-l40 Surrogate.• I-Cl:(orooclane 63.0 " 741 54.9 37-129 � LCS (2123103-BSl) _ Prepared & Analyzed. 12/31/12 . >C12-C28 - 1040 0.96 10.0 mg/kg�vet 1020 102 75-125 I� � >C6-C12 lOSO 1.05 l0A . 1000 104 75-125 > _ . __.- _ . . . . _ IStn•rogate:l-Chloroac7adecane 61.5 " 75.0 S2./ 31-/40 I " 79A 113 37-129 i Sarrogale:l-C/rla�ooclane 8�1�� I C LCS Dup (2123103-BSDI) __ Prepared & Ana�zed: 12/31/12 : _...- >Ci2-C28 1030 0.96 9.96 mg/kg wet 1010 102 75-125 1.20 20 � >C6-C12 1050 1.05 9.96 " 1000 105 75-125 0.131 20 ' - - -- - _ __ _ _-_ - --- _ . - - - --- -- -- - - _ _._ _ ; „ Surrogate:l-Chlorooctndecane 60.2 74.7 80.6 31-140 j Sin�rogate: !-Chlorooetane 9l.0 " 74. l 123 37-129 1 : Matris Spike (2123103-MSl) Source: 2128371-03 Prepared & Analyzed_ 12/31/12 _ _ _ -_ __ _-- __ _ _ __ _ >C12-C28 1180 I.10 11.5 mg/kg dry 1170 < 101 75-125 ! >C6-C12 1230 1.21 11.5 " IISO < 107 75-125 ; ' ___ _ _ _ _ . _ --- _ . -- -- -- -- Srn•rogate.• 1-Chlorooctadecane 74.4 " 86J 86.5 31-140 Sta•rogate:l-Cl:lorooctane 83.2 " 85.4 97.5 37-/29 ` Matrix Spike Dup (2123103-MSDl) Source: 2128371-03 Prcparcd & Anal�zed_12/3l/12 -. _ _. __ _-_- - - _ _ _ _ ._ >C12-C28 -_ 1200 I.11 11.5 my,/kgdry 1170 < 102 75-125 L28 20 r ' >C6-C12 1230 1.21 1 LS " 1160 < 106 75-125 0.0252 20 -- --- -- . . _ Sra�roga�e:l-Clilorooctadecane 82.7 " 86.6 95.5 31-140 Stn•rognte:l-Chla•oodane l09 " 85.9 127 37-l29 'i 2117,Arlington Downs Road �Arlinglon,Tczas 76011 Page 9 of 10 Phonc: (817) 861 -5322 �Pox: (8171 261 1717 �� �4 "� 4 �� � ,.._., ...ti. Proiect Name Project No: Montgomery Street Utilities 823-010 SAMPLE ID: SB-3 TTI SAMPLE NO: 2128207-03 T T I z�B��T � � VOLATILES 0 �� A.�C�Ab ��� � � ` � qN o� c Q, i�.*�-� -. "� F CJ � � U .< S TTI Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 ANALYTi METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS rLG ANAL. ANALYZ�D NUMB�R RESULTS Methyl tert-Butyl Ether EPA 8260B 0.07 0.07 4.97 < 0.07 µg/kg wet U VK 12/11/12 Methylene chloride �PA 8260B 5.42 5.39 24.9 � 5•39 µg/kg wet U VK 12/I 1/12 4-Methyl-2-pentanone EPA 8260B 0. l4 0.14 4.97 < 0.14 µg/kg wet U VK 12/1 U12 Naphthalene EPA 8260B 0.20 0.20 497 � �•Z� µg/kg wet U VK 12/1 I/12 n-Propylbenzene EPA 8260B 0.04 0.04 497 < 0.04 µg/kg wet U VK 12/1 I/12 Styrene EPA 8260B 0.15 0.15 497 <0.15 Fig/kg Wet U VK 12/11/12 1,1,1,2-Tetrachloroethane EPA 8260B I.10 1.09 4.97 < 1.09 µg/kg Wet U VK 12/i l/12 1,1,2,2-Tetrachloroethane EPA 8260B 0.1 1 0.1 1 497 < 0.11 µg/kg wet U VK 12/1 I/12 Tetrachloroethene EPA 8260B 0.18 0.18 4.97 < 0.18 µg/kg wet U VK 12/11/12 Toluene EPA 8260B 0.13 0.13 497 < 0.13 µg/kg Wet U VK 12/11/12 1,2,3-Trichlorobenzene EPA 8260B 0.46 0.46 497 < 0.46 µg/kg wet U VK 12/11/12 1,2,4-Trichlorobenzene EPA 8260B 0.2( 0.26 4.97 � 0•26 µg/kg wet U VK 12/11/12 1,1,1-Trichloroethane EPA 8260B 0.15 0.15 497 <0.15 µg/kg wet U VK 12/11/12 1,1,2-Trichloroethane EPA8260B 0.21 0.21 497 ��•Zl µg/kgwet U VK 12/11/12 Trichloroethylene EPA 8260B 0.46 0.46 4.97 <0.46 µg/kg Wet U VK 12/11/12 Trichlorofluoroinethane EPA 8260B 0.90 0.89 4.97 � ��g`� µg/kg wet U VK 12/11/12 1,2,3-Trichloropropane EPA 8260B 0.10 0.10 4.97 < 0.10 µg/kg wet U VK 12/11/12 1,2,4-Trimethylbenzene EPA 8260B 0.19 0.19 4.97 < 0.19 µg/kg wet U VK 12/11/12 1,3,5-Trimethylbenzene �PA 8260B 0.86 0.85 497 � 0�85 µg/kg wet U VK 12/I 1/12 Vinyl ace;ste EPA 8260B 095 094 4.97 < 0.94 µg/kg wet U VK 12/I 1/12 Vinyl chloride EPA 8260B 0.33 0.32 497 < 0.32 µg/kg wet U VK 12/11/12 o-Xylene EPA 8260B 0.79 0.79 4.97 � �•�`� µg/kg wet U VK 12/11/12 m, X lene EPA 8260B <0.30 µg/kg wet U VK 12/11/12 P- y 030 0.30 4.97 Stu•rogale: 4-Bra�ioJltiorobenzene EPA 8260B 60-140 94.7 % VK 12/11/12 Sau•rogate: Toluene-d8 GPA 82608 60-140 99.0 % VK 12/I 1/12 Strr•rogaie: Dib�ro��io,J7uoron�etl�ane EPA 8260B 60-140 96.2 % VK 12/I1/12 Page 11 of 22 2117, A rlington D ow ns R oad �A rlington, 9'czns 76011 Phonc: (817) R61 -5322 � Fax; (R 17) 261 1717 � TTI L� R��� E � • Proiect Name Project No: l�o �N ACCoqb9 ` tie 4,� � '' ris c N � c> � � � . �� � `e. x Montgoinery Street Utilities TTI Lab No: 2128368 823.010 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O1/09/2013 TOTAL PETROLEUM HYDROCARBONS - Quality Control TTI ENVIRONMENTAL LABORATORIES Rcporting Spikc Sourcc °/REC RPD �alytc Itcsult MDL Limit Units Lcvcl Rcsult %REC Limits RPD Limit Notcs Batch 2123103 - TCEQ Prep Bl�nk (2123103-BLKl) _ Prcparcd & Analyzcd: ] 2/31/12 >C 12-C28 < 0.96 0.96 9.97 my/kg wet U >C28-C35 < 1.13 1.13 997 " U ' >C6-C12 < I.OS 1.05 9.97 " U Sta•rogate:l-Chla�ooctadecane 6L2 " 74.8 S/.S 31-l40 S:a�rogate:l-Chlorooctune 63.0 " 74.2 84.9 37-/29 LCS (2123103-BSl) _ _ _ _ _ __ Prepared & Analyzed: 12/31/12 >C12-C28 1040 0.96 IQO mg/kgwet 1020 102 75-125 ' >C6-C12 I050 LOS 10.0 " 1000 104 75-125 Siu•rogate: 1-Chlorooctadecane 61.5 " 75.0 82.1 3!-140 Snrrogate:l-Chlorooctane 84.0 " 74.4 !13 37-l29 LC5 Dup (2123103-BSDI) Prepared & Analyzed_12/31/12 >C12-C28 1030 0.96 99( mg/kg wet 1010 IO2 75-125 1.20 20 >C6-Cl2 1050 I.OS 996 " 1000 105 75-125 0.131 20 Sru•rogate: 1-Chlorooctudecane 60.2 " 74J 50.6 3/-190 Surrogale:l-C/tlorooctnne 91.0 " 74J !23 37-l29 Matrix Spike (2123103-MSl) Source 2128371-03 Prepared & Analyzed: 12/31/12 '�>C12-C28 1180 I.10 I l.S mg/kg dry 1170 < 101 75-125 >C6-C12 1230 1.21 II.S " 1150 < 107 75-125 Surrogute: !-Chlorooctadecane 74.9 " S6J 86.5 31-/40 ', Surrogate: l-Chlorooclane 53.2 " 85A 97.5 37-/29 Matrix Spike Dup (2123103-MSDl) _ Source: 2128371-03 Prepared & Analyzed: 12/31/12 , >C12-C28 1200 LII I1.5 mg/kgdry II70 < 102 75-125 1.28 20 >C6-Cl2 1230 L21 ILS " I160 < 106 75-125 0.0252 20 Sr�rroga�e: /-Chlorooctudecane 82.7 " 86.6 95.5 31-/40 S:n•rogate:l-Ch/orooctane /09 " 85.9 /27 37-/29 Page 9 of 10 �..... 2117,Arlington Downs Rond �Arlington.Texas7601I Nhonc:(A17)8C,1 -5322 �Fas:(R17)261 1717 �� � ���� ; ��� �` �� q, �` Proiect Name Project No: Montgome�y Sh�eet Utilities 823.010 �TI LABURATC�I E5� Notes and Definitions U J DET ND NR dry RPD Analyte included in thc analysis, but not detected Dctcctcd but bclow the Reporting Limit; thcrefore, result is an cstimated concentration (CLP J-Plag). Analytc DETECTED Analytc NO"1' DE'CECTED at or �bovc thc reporting limit Not Rcportcd Samplc residts rcportcd on a dry wcight basis Rclativc Pcrccnt Diffcrencc 2117, A rlington D ow ns Road �A rlinglon, Tesns 7(011 \��0 �N ACCp96a� o � e � � � � � ¢ , ,,_ TTI Lab No: 2128368 Date Sampled: 12/28/2012 Date Received: 12/28/2012 Date Reported: O1/09/2013 Page 10 of 10 Phonc: (817) 861 -5322 � �ax: (817) 2( 1 1717 c� c� �; E; ,� o s Ca � N •�-�, o Z c� r.; �; � ;, m � r� �, � � �, m ,�„ e— �, �� � � � � • � �- � � J 1 � �r . �i -0� iN' ` � tu ¢ � t �� � h � � � ~ r p > z W U � � � � f� �; � � } 0 y � Z � .�.r� �.r, � Q; � � � � : -J w � _ � q �IOH ;° � } � � � o w �- : � p � zm � � daal � '��„ 1 3 0 � A3: , ' '• � �� Aao � �i . '; /.� �\�����. J'� Sea! �'y �6d,..� �, I �t: ..: .. Q a 92� s7Q� �. Q �. - � � ; � � i� W I� ; s ;: S2�3i3VVtRltld ^ `� s�' �9 � i"�'e�" �j ; iS31 0. '-�i�_" � � f N .� ~ O �. � a � � :9 . ,�' '�: • � o �'� �� z � � w � ~ �� �; ;. � � N z '� •- � � � � � � � ' �:i. � � ,�, � � � ' � o � �} M d ° ' � � � (` O � ....��.� � � '^ ` � a � �,!/� v� S � 8��r .-e+ g F- i< � � ¢ _ Z � � � � N� ° - . o ,� � m4 o a - i;' - ? o � a o y o '� ` '.. - : ��'• - U �a � w CS � � � '" S .. .� ,;: � g w �, N '� '� � � Z � � ": � A � � � � o � i � � a� r� c� j � � � � �,: , , ' �-N - i.. � p,s p o ts�o y ` � �( e �n d �� � � L {� � � � t� : (/� , N � � O � � % _ � "�:I'i � � � �- � � p ~ W � � �Q ;� ' Ill � � � N � � Vl �`,�..J -:i Z a F Z� 0 �'i;� F- t- rn Z w� m�� � , �.rf ,,��r � ...1 J � � R' � � � � � ,CC�.?•�i,. c� c� c� a °' w N ...:... _ .. .. _,;::'= m� ¢ �� � j O U u, � 'a J ` � N 1 . _ � ,.'. a n. I� O � w a � � L � ` ��o � � a m � Q- Q�� o ¢�,b � '� K _ avo � `w z -� -- � � � J �" O? �C�= T � � - `o (� � m v ,� Y .o Q' a' E c.�j � Q ��xa � ���a � - c3 � � �� Qaz E 3 v z y m a � � m O N O }r> c rn c - ��z� . X d �"� Ol �-� N QO �O I- �"" � V 0. x � � c�I ai < _ '`- � �, � N � y m ,�.�` m 0 0 � `~ O O S � N � Q LLl ¢ � m � � y 2 � C!� 0 4' � � _ � � � T >. � � m m � � N N Q m > > � N U � r r � � � � � m E �.. E F = �' 1= � N �„� Z m -�' �o � � � � `�. �� m � � � a � o 0 �m u� � � H m m W � � y� � � �� c N h Q v�i rn p� � p= � � � � m '� T .Ll OI—,� � a Q� "' y .s_n > > � c c � � � � c m N OYyi � � � -�, m ��� U d � � d N ~ a1 u�i m�� o, N n m y � w E C O 'm � a� � O y > y = '�O C C m o � ani a a> a c U ro u � F a3 � � Y � c � � � v > U � � 1- � 0 m � N c rn in T a m � .� c � �. � � ��� � � � �,��,� �� �� . � :�� T�I L �RATURIES� TEST REPORT T'TI Lab No 2128207 Brent Vollmar W&M Environmental Groun Inc. 906 E. 18th Plano, TX 75077 Dear Brent Vollmar: \`�O �S� A C C 0!r p�/Y � �� �e U � U { S Q Customer ID: PO #: Date Collected: Date Received: Date Reported: WMEGI N/A I 2/07/ 12 12/10/12 12/17/12 Please find the enclosed analytical results for the samples you submitted to TTI Environmental Laboratories. The as-is-received samples were suitably preserved and prepared as per EPA approved inethodology. The determinations were careied out using EPA approved methods. The test results are tabulated in the attached tables. The analytical data contained in these tables has undergone a thorough review and is deemed to be accurate and complete. Everyone in our organization will work hard to earn your continued support. We appreciate the opportunity to do business with you and look forward to a growing relationship in the fuhire. Please do not hesitate to contact us, if we can be of any service to you or if you have any questions, at (817) 861-5322. Melanie Ball Project Manager Proiect Name: Project No: ; TTI L�iB�RAT � � � Montgomery Street Utilities 823-010 Client Sa�nple ID SB- l i SB-2 SB-3 SB-4 � ` SB-Dup ' I 21 1 7. A rlington D uw ns R uad �A rlingtun. T cxas 7(011 LaboratoryID 2128207-01 2128207-02 2128207-03 2128207-04 2128207-OS Matrix Soil Soil Soil Soil Soil ��0 �� A4C9qb9 tic ��� � x � U � ' U { E :�: 2 TTI Lab No: 2128207 Date Sa�npled: 12/07/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 Sampled: 12/07/2012 12/10/2012 12/10/2012 12/ 10/2012 12/10/2012 Page 2 of 22 P h o n c:( R 1 7) R 6 1 - 5 3 2 2 � F a x:( R I 7) 2( I 1 7 1 7 ��_` �. �� ���� �� ��� ��� -��� ��� Proiect Name: Project No: Montgomery Street Utilities 823-010 SAMPLE ID: SB-1 TTI SAMPLE NO: 2128207-01 TTI L.r�iB�RAT � � TOTAL PETROLEUM HYDROCARBONS ��� \N AGCOqUR Z �O� �o N e� � � U ^ � � �- � ,.}�. Z TTI Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/l0/2012 Date Report�ed: 12/17/2012 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZ�D NUMBER I2�SULTS >C6-C12 TCEQ1005 1.05 I.OS 9.99 < I.OS mg/kgwet U VK 12/12/l2 >C12-C28 TCEQ1005 0.96 0.96 999 � �•�� mg/kg wet U VK 12/12/12 >C28-C35 TCEQ1005 1.13 1.13 999 < 1.13 mg/kg wet U VK 12/12/12 Stu•i•ogate: 1-Chlorooctaclecane TCEQI005 31-140 103 % VK 12/12/12 Stu•�•ognte: 1-Chloi•ooctane TCEQI005 37-129 94.6 % VK 12/12/12 VOLATILES ANALYT� METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS FLG ANAL. ANALYZED NUMB�R RESULTS Acetone EPA8260B 0.10 0.10 4.95 <0.10 µg/kgwet U VK 12/Il/12 Benzene EPA 8260B 0.92 0.91 4.95 < 091 µg/kg wet U VK 12/1 I/12 Bromobenzene EPA 8260B 0.35 035 4.95 <0.35 µg/kg wet U VK 12/1 I/12 Bromochloromethane EPA 8260B 0.11 0.11 4.95 < O.11 µg/kg wet U VK 12/1 ]/12 Bromodichloromethane EPA 8260B 0.37 0.36 4.95 < 0.36 µg/kg wet U VK 12/11/12 Bromofonn EPA 8260B 0.19 0.19 4.95 < 0.19 µg/kg wet U VK 12/1 I/12 Bromomethane EPA 8260B 092 091 4.95 � 0•91 µg/kg wet U VK 12/11/12 2-Butanone EPA 8260B 0.41 0.41 495 <0.41 µg/kg wet U VK 12/11/12 n-Butylbenzene EPA 8260B 0.40 0.40 4.95 < 0,40 µg/kg wet U VK 12/I 1/12 tert-Butylbenzene EPA 8260B 0.42 0.41 4.95 < 0.41 µg/kg wet U VK 12/11/12 sec-Butylbenzene EPA 8260B 0.21 0.21 4.95 < 0.21 µg/kg wet U VK 12/11/12 Carbon disulfide EPA 8260B 0.12 0.12 4.95 < 0.12 µg/kg wet U VK 12/1 1/12 Carbon tetrachloride EPA 8260B 0.25 0.24 4.95 � 0•24 µg/kg wet U VK 12/I 1/12 Chlorobenzene EPA 8260B 0.22 0.22 4.95 � 0�22 µg/kg wet U VK 12/] I/12 Chloroethane EPA 8260B 030 0.30 495 < 0.30 µg/kg wet U VK 12/11/12 Chloroform EPA 8260B 0.51 0.50 4.95 < 0.50 µg/kg wet U VK 12/I I/12 Chtoromethane EPA 8260B 0.18 0.18 4.95 < 0.18 µg/kg wet U VK 12/i 1/12 Page 3 of 22 2117,Arlington Uowns Road �Arlington,Texas 7G011 Phonc:(A17)RC,1 -5322 �Pas:(817)26i 1717 Proiect Name: ' Project No: �Y � �� �-��: ���, S��-+� �. f' �-� " . . . 1 1 SAMPLE ID: SB-1 TTI SAMPL� NO: 2128207-01 TTIL�Bt7RAT � � VOLATILES l�0 �N ACCOqb9 � �"n V,� ` ' F ? � U U .; � � � �� �.�'� S TTI Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMB�R RESULTS 2-Chlorotoluene EPA 8260B 0.21 0.21 495 < 0.21 µg/kg wet U VK 12/11/12 4-Chlorotoluene EPA 8260B 0.26 0.26 4.95 � 0�26 µg/kg wet U VK 12/11/12 1,2-Dibromo-3-chlaropropane EPA 8260B 0.13 0.13 4.95 <0.13 µg/kg Wet U VK 12/I1/12 Dibromochloromethane �PA 8260B 0.25 0.25 4.95 � 0•25 µg/kg wet U VK 12/I 1/12 1,2-Dibroinoethane EPA 8260B 0.42 0.41 4.95 < 0.41 µg/kg �yet U VK 12/11/12 Dibromomethane EPA 8260B 0.18 0.18 4.95 < 0.18 µg/kg wet U VK 12/1 I/12 1,2-Dichlorobenzene EPA 8260B 0.38 0.38 4.95 < 038 µg/kg Wet U VK 12/11/12 1,4-Dichlorobenzene EPA 8260B 0.25 0.25 4.95 < 0.25 µg/kg wet U VK 12/11/12 1,3-Dichlorobenzene EPA 8260B 0.46 0.46 4.95 < 0.46 µg/kg Wet U VK 12/11/12 Dichlorodifluoromethane EPA 8260B 0.24 0.24 4.95 � 0•24 µg/kg wet U VK 12/11/12 l,l-Dichloroethane EPA 8260B 0.17 0.16 4.95 <0.16 µg/(�g Wet U VK 12/I1/12 1,2-Dichloroethane EPA 8260B 0.21 0.21 4.95 <0.21 µg/kg Wet U VK 12/11/12 1,1-Dichloroethylene EPA 8260B 0.23 0.23 4.95 < 0.23 µg/kg wet U VK 12/11/12 cis-1,2-Dichloroethene EPA 8260B 0.12 0.12 4.95 <0.12 µg/kg Wet U VK 12/11/12 trans-1,2-Dichloroethylene EPA 8260B 0.18 0.18 4.95 < 0.18 µg/kg w,et U VK 12/11/12 1,2-Dichloropropane EPA 8260B 0.25 0.24 4.95 < 0.24 µg/kg wet U VK 12/11/12 1,3-Dichloropropane EPA 8260B 0.13 0.13 4.95 <0.13 µg/kg Wet U VK 12/11/12 2,2-Dichloropropane EPA 8260B 0.15 0.15 495 < 0.15 µg/kg Wet U VK 12/11/12 cis-1,3-Dichloropropene EPA 8260B 1.54 1.52 4.95 < 1.52 µg/kg Wet U VK 12/11/12 1,1-Dichloropropene EPA8260B 0.12 0.12 4.95 <0.12 µg/kgwet U VK 12/I1/12 trans-1,3-Dichloropropene EPA 8260B 1.13 1.12 4.95 < 1.12 µg/kg Wet U VK 12/11/12 Ethylbenzene EPA 8260B 0.23 0.23 4.95 < 0.23 µg/kg wet U VK 12/I 1/12 Hexachlorobutadiene EPA 8260B 0.24 0.24 4.95 � 0�24 µg/kg wet U VK 12/11/12 2-I-Iexanone EPA 8260B 0.40 0.39 4.95 < 0.39 µg/kg wet U VK 12/I 1/12 lodomethane EPA 8260B 0.10 0.10 4.95 < 0.10 µg/kg wet U VK 12/11/12 Isopropylbenzene (Cumene) EPA 8260B 1.38 1.37 4.95 < 1.37 µg/kg wet U VK 12/I 1/12 4-Isopropyltoluene EPA 8260B 0.22 0.21 495 � �•Zl µg/kg wet U VK 12/11/12 Page 4 of 22 2I17,Arlington Do�vns Road �Arlington.Tesas76011 Phonc:(817)R61 -5322 �Pax:(817)261 1717 �. � � �`� � ��� � � � ��� ��-��" �- �-�"' • � . �� �� . � � ��`w Proiect Name: Montgomery Street Utilities Project No: 823-010 SAMPLE ID: SB-1 TTI SAMPLE NO: 2128207-01 VOLATILES ��O �N AGCpqGq � �o �,� '°' � � � � U e; _ TTI Lab No: 2I28207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 ANALYT� METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZ�D NUMBER R�SULTS Methyl tert-Butyl Ether EPA 8260B 0.07 0.07 4.95 � �•�� µg/kg wet U VK 12/11/12 Methylene chloride EPA 8260B 5.42 5.37 24.8 � 537 µg/kg wet U VK 12/11/12 4-Methyl-2-pentanone EPA 8260B 0.14 0.14 4.95 < 0.14 µg/kg wet U VK 12/11/12 Naphthalene EPA 8260B 0.20 0.20 495 � 0•2� µg/kg wet U VK 12/l 1/12 n-Propylbenzene EPA 8260B 0.04 0.04 495 < 0.04 µg/kg wet U VK 12/t 1/12 Styrene EPA 8260B 0.15 0.15 4.95 < 0.15 µg/kg wet U VK 12/1 Ul2 1,1,1,2-Tetrachloroethane EPA 8260B 1.10 1.09 4.95 < 1.09 µg/kg wet U VK 12/11/12 1,1,2,2-Teh•achloroethane EPA 8260B 0.11 0.11 4.95 <0.11 µg/kg wet U VK 12/11/12 Tetraehloroethene EPA 8260B 0.18 0.18 4.95 < 0.18 µg/kg wet U VK 12/11/12 Toluene EPA 8260B 0.13 0.13 4.95 < 0.13 µg/kg wet U VK 12/1 1/12 1,2,3-Trichlorobenzene EPA 8260B 0.46 0.46 4.95 < 0.46 µg/kg wet U VK 12/11/12 1,2,4-Trichlorobenzene EPA 8260B 0.26 0.26 495 � 0�26 µg/kg wet U VK 12/11/12 1,1,1-Trichloroethane EPA8260B 0.15 0,15 495 <0.15 Fig/kgwet U VK l2/11/12 1,1,2-Trichloroethane EPA 8260B 0.21 0.21 4.95 � 0•21 µg/kg wet U VK 12/ll/12 Trichloroethylene EPA 8260B 0.46 0.45 4.95 <0.45 µg/kg wet U VK 12/11/l2 Trichlorofluoromethane EPA 8260B 0.90 0.89 4.95 < 0.89 µg/kg wet U VK 12/11/12 1,2,3-Trichloropropane EPA8260B 0.10 0,10 4.95 <0.10 µg/kgwet U VK 12/11/12 1,2,4-Trimethylbenzene EPA 8260B 0.19 0.19 4.95 < 0.19 µg/kg wet U VK 12/11/12 1,3,5-Trimethylbenzene EPA 8260B 0.86 0.85 495 � 0�85 µg/kg wet U VK 12/I 1/12 Vinyl acetate EPA 8260B 0.95 0.94 4.95 < 0.94 Fig/kg wet U VK 12/11/12 Vinyl chloride EPA 8260B 0.33 0.32 4.95 � 0�32 µg/kg wet U VK 12/11/12 o-Xylene EPA 8260B 0.79 0.78 495 � 0�78 µg/kg wet U VK 12/11/12 m,p-Xylene EPA 8260B 0.30 0,30 4.95 <0.30 Fig/kg wet U VK 12/11/12 Surrogale: DibromoJltroronrelha»e EPA 8260B 60-140 99.4 % VK 12/11/12 Stn•i•ogale.• Toluene-d8 EPA 8260B 60-140 98.6 % VK 12/1 1/12 Sta�i•ognte: 4-BrontoJltrorobenze�7e EPA 82608 GO-140 95.6 % VK 12/1 1/12 Page 5 of 22 2117,Arlington Downs Road �Arlington,Tcxas7G011 Phonc:(R17)All -5322 �Pax:(R17)2(1 1717 Proiect Name: Project No: � �-�� �'�"�-- ��� ��y. ���- ���m� P"�"�` ��M �.. � . . 1 1 SAMPLE ID: SB-2 TTI SAMPLE NO: 2128207-02 TTIL�iBi]RAT � � TOTAL PETROLEUM HYDROCARBONS O �N ACCOqU ti� � b _ qyc �� � F Q � U V d � 2 TTl Lab No: 2128207 Date Sainpled: 12/10/2012 Date Received: l2/10/2012 Date Reported: 12/17/2012 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZ�D NUMBER R�SULTS >C6-C12 TCEQ1005 1.05 1.04 9.94 < 1.04 mg/kg wet U VK 12/12/12 >C12-C28 TCEQ1005 0.96 0.95 9.94 <0.95 mg/kgwet U VK 12/12/12 >C28-C35 TCEQ l 005 �,� 3 1.12 994 � 1• 12 mg/kg wet U VK 12/12/ 12 Sao��•ogale: 1-Chlorooctane TCEQI005 37-129 88.1 % VK 12/12/12 Stn•��ogale: I-Clalorooctadecane TCEQI005 31-140 100 % VK 12/12/12 VOLATILES ANALYT� M�THOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER R�SULTS Acetone EPA 8260B 0.10 0.10 4.90 < 0.10 µg/kg w,et U VK 12/11/12 Benzene EPA 8260B 0.92 0.90 4.90 < 0.90 µg/kg w,et U VK 12/11/12 Bromobenzene EPA 8260B 0.35 0.34 4.90 < 034 µg/kg Wet U VK 12/11/12 Bromochloromethane EPA 8260B 0.11 0.11 4.90 < 0.11 µg/kg wet U VK 12/11/12 Bromodichloromethane EPA 8260B 0.37 0.36 4.90 < 0.36 µg/kg Wet U VK 12/11/12 Bromoform EPA 8260B 0.19 0.19 4.90 <0.19 µg/kg Wet U VK 12/11/12 Bromomethane EPA 8260B 0.92 0.90 4.90 <0.90 µg/kg Wet U VK 12/11/12 2-Butanone EPA 8260B 0.41 0.40 4.90 < 0.40 µg/kg Wet U VK 12/11/12 n-Butylbenzene EPA 8260B 0.40 039 4.90 < 039 µg/kg wet U VK 12/11/12 tert-Butylbenzene EPA 8260B 0.42 0.41 4.90 <0.41 µg/kg wet U VK 12/11/12 sec-Butylbenzene EPA 8260B 0.21 0.21 4.90 � 0•21 µg/kg wet U VK 12/11/12 Carbon disuliide EPA 8260B 0.12 0.12 4.90 < 0.12 µg/kg wet U VK 12/11/12 Carbon tetrachloride EPA 8260B 0.25 0.24 4.90 � 0•24 µg/kg wet U VK 12/11/12 Chlorobenzene EPA 8260B 0.22 0.21 4.90 <0.21 µg/kg Wet U VK 12/1 I/12 Chloroethane EPA 8260B 0.30 0.29 4.90 � 0•29 µg/kg wet U VK 12/11/12 Chloroform EPA 8260B 0.51 0.50 4.90 < 0.50 µg/kg wet U VK 12/11/12 Chloromethane EPA 8260B 0.18 0.18 4.90 � �• 18 µg/kg wet U VK 12/11/12 2117,Arlington DownsRoad �Arlingtun,Tesas7l011 Page 6 of 22 Phone: (817) 861 -5322 ��as: (817) 261 1717 ��� ��� a ;;..�e,.'",.�� �.�?:.`: z� � � -` Proiect Naine: Montgomery Street Utilities Project No: 823-010 SAMPLE ID: SB-2 TTI SAMPLE NO: 2128207-02 TTI z�B��T� � � VOLATIL�S �O �N ACCnRG �� � > � q�Y O -• �. N „� , � L U � �L { _ TTI Lab No: 2128207 Date Sa�npled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 ANALYT� METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS rLG ANAL. ANALYZED NUMBER R�SULTS 2-Chlorotoluene EPA 8260B 0.21 0.20 4.90 � 0�2� µg/kg wet U VK 12/I 1/12 4-Chlorotoluene EPA 8260B 0.26 0.26 490 < 0.26 µg/kg wet U VK 12/11/12 1,2-Dibiromo-3-chloropropane EPA 8260B 0.13 0.13 490 � �•�3 µg/kg wet U VK 12/11/12 Dibromochloromethane EPA 8260B 0.25 0.25 490 < 0.25 µg/kg wet U VK 12/I 1/12 1,2-Dibiromoethane EPA 8260B 0.42 0.41 4.90 < 0.41 µg/kg wet U VK 12/I 1/12 Dibromomethane EPA 8260B 0.18 0.18 490 < 0.18 µg/kg wet U VK 12/11/12 1,2-Dichlorobenzene EPA 8260B 0.38 0.37 490 � 0•37 µg/kg wet U VK 12/11/12 1,4-Dichlorobenzene EPA 8260B 0.25 0.25 490 � 0•25 µg/kg wet U VK 12/1 I/]2 1,3-Dichlorobenzene EPA 8260B 0.46 0.45 4.90 < 0.45 µg/kg wet U VK 12/I 1/12 Dichlorodifluoromethane EPA 8260B 0.24 0.24 4.90 < 0.24 µg/kg wet U VK 12/I 1/12 l,l-Dichloroethane EPA 8260B 0.17 0.16 4.90 � �•�� ftg/kg wet U VK 12/11/12 1,2-Dichloroethane EPA 8260B 0.21 0.21 490 � 0•21 µg/kg wet U VK 12/11/12 1,1-Dichloroethylene �PA 8260B 0.23 0.23 4.90 < 0.23 µg/kg wet U VK 12/1 I/12 cis-1,2-Dichloroethene EPA 8260B 0.12 0.1 I 4.90 < 0.1 1 µg/kg wet U VK 12/11/12 trans-1,2-Dichloroethylene EPA 8260B 0.18 0.18 4.90 � 0•18 µg/kg wet U VK 12/11/12 1,2-Dichloropropane EPA 8260B 0.25 0.24 490 � 0•24 µg/kg wet U VK 12/11/12 1,3-Diehloropropane EPA 8260B 0.13 0.13 490 < 0.13 µg/kg wet U VK 12/11/12 2,2-Dichloropropane EPA 8260B 0.15 0.15 490 < O.15 , µg/kg wet U VK 12/1 I/12 cis-1,3-Dichloropropene EPA 8260B 1.54 I.SI 4.90 < 1.51 Fig/kg wet U VK 12/I 1/12 1,1-Dichloropropene EPA 8260B 0.12 0.12 4.90 <0.12 µg/kg wet U VK 12/11/12 trans-1,3-Dichloropropene EPA 8260B 1.13 1.11 4.90 < 1.11 Eig/kg wet U VK 12/11/12 Ethylbenzene EPA 8260B 0.23 0.23 4.)0 � 0•23 µg/kg wet U VK 12/11/12 Hexachlorobutadiene EPA 8260B 0.24 0.24 490 � 0•24 µg/kg wet U VK 12/11/12 2-Hexanone EPA 8260B 0.40 0.39 4.90 � 0•39 µg/kg wet U VK 12/11/12 lodomethane EPA 8260B 0.10 0.10 4.90 < 0.10 µg/kg wet U VK 12/11/12 Isopropylbenzene (Cumene) EPA 8260B 1.38 1.35 4.90 < 1.35 µg/kg wet U VK 12/I 1/12 4-Isopropyltoh�ene EPA 8260B 0.22 0.21 4.90 < 0.21 µg/kg wet U VK 12/11/12 Page 7 of 22 2117,ArlingtonDownsRaad�Arlington.Texns76011 Phonc:(R17)8(1 -5322�Pas:(R17)26I1717 Proiect Name: ' Project No: ��� �� � ��w �� '� ' � �����:.� � � � � � . � � ��� Montgo�nery Street Utilities 823-010 SAMPLE ID: SB-2 TTI SAMPLE NO: 2�2g207-02 VOLATILES O `N ACCCRb \tiF' � a'"- qh � � xF Q � U V K � 2 TTI Lab No: 2128207 Date Sampled: 12/I O/2012 Date Received: 12/]0/2012 Date Reported: 12/17/2012 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPLE UNITS FLG ANAL. ANALYZED NUMBER RESULTS Methyl tert-Butyl Ether EPA 8260B 0.07 0.07 4.90 < 0.07 µg/kg �yet U VK 12/11/12 Methylene chloride EPA 8260B 5.42 5.31 24.5 < 5.31 µg/kg Wet U VK 12/11/12 4-Methyl-2-pentanone EPA 8260B 0.14 0.14 4.90 < 0.14 µg/kg Wet U VK 12/11/12 Naphthalene EPA 8260B 0.20 0.20 4.90 � �•Z� µg/kg wet U VK 12/I l/12 n-Propylbenzene EPA 8260B 0.04 0.04 4.90 <0.04 µg/kg wet U VK 12/I 1/12 Styrene EPA 8260B 0.15 0.15 4.90 <0.15 µg/kg Wet U VK 12/11/12 1,1,1,2-Teh•achloroethane EPA 8260B 1.10 1.08 4.90 < 1.08 µg/kg wet U VK 12/1 I/12 1,1,2,2-Tetrachloroethane EPA 8260B 0.11 0.11 4.90 <0.11 µg/kg wet U VK 12/11/12 Tetrachloroethene EPA8260B 0.18 0.17 4.90 ��•l� µg/kgwet U VK 12/11/12 Toluene EPA 8260B 0.13 0.13 4.90 <0.13 µg/kg Wet U VK 12/11/12 1,2,3-Trichlorobenzene EPA 8260B 0.46 0.45 4.90 <0.45 µg/(�g Wet U VK 12/11/12 1,2,4-Trichlorobenzene EPA 8260B 0.26 0.25 4.90 � 0�25 µg/kg wet U VK 12/11/12 1,1,1-Trichloroethane EPA 8260B 0.15 0.15 4.90 <0.15 µg/kg Wet U VK 12/11/12 1,1,2-Trichloroethane EPA 8260B 0.21 0.20 4.90 � 0•2� µg/kg wet U VK 12/11/12 Trichloroethylene EPA 8260B 0.46 0.45 4.90 <0.45 µg/kg wet U VK 12/11/12 Trichlorofluoromethane EPA 8260B 0.90 0.88 4.90 � 0•88 µg/kg wet U VK 12/11/12 1,2,3-Trichloropropane EPA 8260B 0.10 0.10 4.90 � 0•1� µg/kg wet U VK 12/11/12 1,2,4-Trimethylbenzene EPA 8260B 0.19 0.19 4.90 < 0.19 µg/(�g �,et U VK 12/11/12 1,3,5-Trimethylbenzene EPA 8260B 0.86 0.84 4.90 � 0•84 µg/kg wet U VK 12/I 1/12 Vinyl acetate EPA 8260B 0.95 0.93 4.90 <0.93 µg/kg Wet U VK 12/11/12 Vinyl chloride EPA 8260B 0.33 032 4.90 � 0•32 µg/kg wet U VK 12/I 1/12 o-Xylene EPA 8260B 0.79 0.77 4.90 � 0�77 µg/kg wet U VK 12/11/12 in,p-Xylene EPA 8260B 0.30 0.29 4.90 � 0•29 µg/kg wet U VK 12/11/12 Szu•�rogute: Dibromo�luoromethane EPA 8260B 60-140 96.4 % VK 12/11/12 Surrogale: Toluene-d8 �PA 8260B 60-140 98.9 % VK 12/11/12 Szu•rogate: 4-BromoJhrorobenzene EPA 8260B 60-140 94.5 % VK 12/11/12 Page 8 of 22 2117, A�rling�on D ow ns R oad �A rlington, Texas 7601 I Phone: (817) 861 -5322 � Fax: (817) 2! 1 1717 ���" ��� ��� ��` �. �� Proiect Name: Project No: Montgoineiy Sh�eet Utilities 823-010 SAMPLE ID: SB-3 TTI SAMPLE NO: 2128207-03 T TI L�+iB�RAT aRIE 5�'� TOTAL PETROL�UM HYDROCARBONS � �N AGCp�� `1F' � -. :: q�4 �,° � ` F � p < � z .�i � '_ TTI Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 ANALYTE METHOD MDL S.Q.L. M.Q.L. SAMPL� UNITS FLG ANAL. ANALYZ�D NUMB�R RESULTS >C6-C12 TC�QI005 I.OS 1.04 9.93 < 1.04 mg/kg wet U VK 12/12/12 >C12-C28 TCEQ1005 0.96 095 9.93 < 095 mg/kg wet U VK 12/12/12 >C28-C35 TCEQ1005 �, ] 3 1.12 993 ��• 12 mg/kg wet U VK 12/12/12 Stn•i�oga[e: I-Cl�larooctane TCGQ1005 37-129 105 % VK 12/12/12 Surrogate: 1-Chlorooctadecane TCEQI005 31-140 1 14 % VK 12/12/12 VOLATILES ANALYT� M�THOD MDL S.Q.L. M.Q.L. SAMPL� UNITS rLG ANAL. ANALYZ�D NUMBER RESULTS Acetone EPA 8260B 0.10 0.10 4.97 < 0.10 µg/kg wet U VK 12/11/12 Benzene EPA 8260B 0.92 0.91 4.97 < 0.91 µg/kg wet U VK 12/11/12 Broinobenzene EPA 8260B 035 0.35 4.97 < 035 µg/kg wet U VK 12/11/12 Bromochloromethane �PA 8260B 0.11 0.1 1 4.97 < 0.1 1 µg/kg wet U VIC 12/11/12 Bromodichloromethane EPA 8260B 0.37 0.37 497 � 0•37 µg/kg wet U VK 12/11/12 Bromofarm EPA 8260B 0.19 0.19 497 � �• � � µg/kg wet U VK 12/11/12 Bromomethane �PA 8260B 0.92 091 497 � �•� 1 µg/kg wet U VIC 12/I 1/12 2-Butanone EPA 8260B 0.41 0.41 4.97 < 0.41 µg/kg wet U VK 12/1 I/12 n-Butylbenzene EPA 8260B 0.40 0.40 4.97 < 0.40 µg/kg wet U VK 12/1 U12 tert-Butylbenzene EPA 8260B 0.42 0.42 497 < 0.42 Eig/kg wet U VK I2/11/12 sec-Butylbenzene EPA 8260B 0.21 0.21 4.97 � �•21 µg/kg wet U VK 12/I 1/12 Carbon disulfide EPA 8260B 0.12 0.12 4.97 � �• 12 µg/kg wet U VK 12/11/12 Carbon tetrachloride EPA 8260B 0.25 0.24 497 < 0.24 Fig/kg wet U VK 12/11/12 Chlorobenzene EPA 8260B 0.22 0.22 497 � 0•22 µg/kg wet U VK 12/1 I/12 Chloroethane EPA 8260B 030 0.30 4.97 < 0.30 µg/kg wet U VK 12/1 I/12 Chloroform EPA 8260B 0.51 0.50 4.97 < 0.50 µg/kg w,et U VK 12/1 I/12 Chloromethane EPA 8260B 0.18 0.18 4.97 < 0.18 µg/kg wet U VK 12/11/12 Page 9 of 22 2117,Arling�on Dotvns Rond �Arlington.Tcxas7(>011 Phone:(817)8!1 -5322 �Pnx:(R17)261 1717 Proiect Name: ' Project No: ,�r3� yYy'�.� ,`. � G �� f ��: � ���r . •. 1 1 SAMPLE 1D: SB-4 TTI SAMPLE NO: 212g207-04 ANALYTE >C6-C 12 >C 12-C28 >C28-C35 San�rogate: 1-C1�lorooctadecune Su�•rogate: 1-Chlorooctane ANALYTE Acetone Benzene Bromobenzene � Bromochloromethane Bromodichloromethane Bromoform Bromomethane 2-Butanone n-Butylbenzene tert-Butyibenzene sec-Butyibenzene Carbon disulfide Carbon tetraehloride Chlorobenzene Chloroethane Chloiroform Chloromethane TTI z B��T �� TOTAL PETROLEUM HYDROCARBONS METHOD MDL S.Q.L. M.Q.L. NUMBER TCEQ1005 1.05 TCEQ1005 0.96 TCEQ 1005 1.13 TCEQ 1005 TCEQ 1005 1.04 995 096 9.95 1.12 9.95 31-140 3._._._--�--- VOLATILES METHOD II MDL I S.Q.L. I M.Q.L. NUMBER EPA 8260B EPA 8260B EPA B EPA �628 B EPA b028 B EPA--------- EPA8 Ob2 B EPA-------�-- EP--------- EP----------- EP 6�28A B EP 6028A B EP �68A 2 B EP 6�28A B gp 0628p B EPA 8260B EPA 8260B 0.10 0.92 0.35 0.11 037 0.19 0.92 0.41 0.40 0.42 0.21 0.12 0.25 0.22 0.30 0.51 0.18 2117,Arlington Do�vns Road �Arlington.Texas 76�11 0.10 � 0.89 034 0.11 036 0.19 0.89 0.40 039 0.41 0.20 0. I 1 0.24 0.21 0.29 0.49 0.18 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 SAMPL� RESULTS Q `N AGCORb �, 9 �ti x.�+. �� �Y�� � � U V � [: S d TTI Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 UNITS II FLG I ANAL. I ANALYZED < 1.04 mg/kg wet U < 0.96 mg/kg wet U < 1. ] 2 mg/kg wet 11 101 % 90.0 % VK VK VK VK VK 12/12/12 12/12/12 12/12/12 12/12/12 12/12/12 SAMPLE I UNITS II FLG I ANAL. I ANALYZED RESULTS < 0.10 < 0.89 < 0.34 <0.11 < 036 < 0.19 < 0.89 < 0.40 < 0.39 < 0.41 < 0.20 <0.11 < 0.24 < 0.21 < 0.29 < 0.49 <0.18 µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/►cg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/►cg wet U µg/kg wet U µg/kg wet U VK � VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK 12/11/12 12/11/12 12/11/12 12/11/12 12/i._._------- 12/I------------- 12/11l12 12/----------- 12/11/12 12/11/12 12/.--------- 12/] 1/12 12------�--- 12/11/12 12---._----- 12/11/12 _____._------ 12/11/12 Page 12 of 22 Phonc: (R17) sf 1-5322 �Fnx: (817) 261 1717 .� ���� �� ��� �, ' '�, x ;'�,.' � � � � � Proiect Name Project No: Montgoine�y Street Utilities 823-010 SAMPLE ID; SB-4 TTI SAMPLE NO: 2128207-04 ANALYTE 2-Chlorotoluene 4-Chlorotoluene 1,2-Dibromo-3-ch loi•opropane Dibromochloromethane 1,2-Dibromoethane Dibrotnomethane 1,2-Dichloirobenzene 1,4-Dichlorobenzene 1,3-Dichlorobenzene Dichlorodifluoranethane 1, I -Dichloroethane 1,2-Dichloroethane I, I-Dichloroethylene cis-1,2-Dichloroethene trans-1,2-Dichloi•oethylene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane cis-1,3-Dich loiropropene 1,1-Dichloropropene trans- I ,3-Dichloropropene Ethylbenzene Hexachloirobutadiene 2-Hexanone Iodomethane Isopropylbenzene (Cumene) 4-Isopropyltoluene VOLATILES METHOD MDL S.Q.L. M.Q.L. SAMPL� NUMB�R R�SULTS EPA 8260B EPA 8260B GPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B GPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B 0.21 0.26 0.13 0.25 0.42 0.18 0.38 0.25 0.46 0.24 0.17 0.21 0.23 0.12 0.18 0.25 0.13 0.15 I .54 0.12 1.13 0.23 0.24 0.40 0.10 1.38 0.22 0.20 0.26 0.13 0.24 0.4 ] 0.18 0.37 0.25 0.45 0.24 0.16 0.21 0.23 0.11 0.18 0.24 0.13 0.15 1.50 0.12 1.10 0.22 0.23 0.39 0.10 1.34 0.21 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 4.86 < 0.20 -�------____. < 0.26 <0.13 ------_.___ < 0.24 ------_____ < 0.41 ---_ <0.18 --------____ < 0.37 < 0.25 �------______ < 0.45 < 0.24 <0.16 ------_____ < 0.21 ------______ < 0.23 <0.11 --�----____ <0.18 ------_____. < 0.24 <0.13 ------______ <0.15 --------__-� < ].50 -----_ <0.12 -�-.--___.__ < I.10 < 0.22 �------___.__ < 0.23 < 0.3 9 <0.10 ------_.___. < 134 < 0.21 ��� �N ACCOqd9 i Q� -.,4'- � F o � z U < S TTl Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 UNITS II rLG I ANAL. I ANALYZ�D µg�lcg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg�kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg�kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VIC VIC VK VK VK VK VK VI< VK VK VK 12/11/12 12/I I/12 12/11/12 12/11/12 12/11/12 ----------__-- 12/11/12 12---�------- 12/11/12 12/11/12 �_ 12/11/12 --------_.__- 12/11/12 ------------ 12/11/12 ------------_-- 12/11/12 12/11/12 12/11/12 �--------_____ 12/I 1/12 ---------__ 12/I1/12 ----------_____ 12/I]/12 ----------_____ 12/I I/12 12/1 I/12 -�----------_-- 12/I I/12 12/I 1/12 12/I I/12 12/I 1/12 12/I 1/12 12/1 ]/12 12/11/12 2117, Arlington Dotvns R�ond Page13of22 � A r I i n g 1 o n, T e x a s 7( 0 1 I Phonc: (817) 8( 1-5322 �P�r: (8I7) 261 1717 Proiect Name Project No: ' SAMPLE ID: TTI SAMPLE NO: ��� � �� . ��� � 3� ��' �� `;� ��` Montgomery Street Utilities 823-010 SB-4 2128207-04 TI L B`�-'�'T � � T V OLATILES ANALYT� Methyl terY-Butyl Ether Methylene chloride 4-Methyl-2-pentanone Naphthalene n-Propylbenzene Styrene 1,1,1,2-Tetrachloroethane 1,1,2>2-Tetrachloroethane Teh achloroethene Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1,1,1-Trichloroethane 1,1,2-Trichloroethane Trichloroethylene Trichlorofluoromethane 1,2,3-Trichioropropane 1,2,4-Trimethylb enzene 1,3,5-Trimethylbenzene Vinyl acetate Vinyi chloride o-Xylene m,p-XYlene Sin�rogate: Dibromo�luaron7ed�aw Stn•rogate: Toluene-d8 ' i ' Stn�rogate: 4-Bromofluorobenzer�e M�THOD II MDL I S.Q.L. I M.Q.L. NUMB�R EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B e EPA 8260B EpA 82608 EPA 8260E 0.07 5.42 0.14 0.20 0.04 0.15 1.10 0.11 0.18 0.13 0.46 0.26 0.15 0.21 0.46 0.90 0.10 0.19 0.86 0.95 033 0.79 0.30 0.07 4.86 5.27 24.3 0.14 4.86 0.20 4.86 0.04 4.86 0.15 4.86 i .07 4.86 0.1 i 4.86 0.17 4.86 0.12 4.86 0.45 4.86 0.25 4.86 0.15 4.86 0.20 4.86 0.45 4.86 0.88 4.86 0.10 4.86 0.18 4.86 0.84 4.86 0.92 4.86 032 4.86 0.77 4.86 0.29 4.86 60-140 60-140 60-140 SAMPLE R�SULTS < 0.07 < 5.27 < 0.14 < 0.20 < 0.---------- <0.15 < 1.---------- <0.11 < 0.17 < 0.12 < 0.45 < 0.25 <0.15 < 0.20 < 0.45 < 0.88 < 0.10 < 0.18 < 0.84 < 0.92 < 0.32 < 0.77 < 0.29 94.6 % 99.4 % 94.7 % �N ACCOR ���� '� '� ��� O Cr C � U () � :` S � TTI Lab No: 2128207 Date Sampled: 12�10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 UNITS II FLG I ANAL. I ANALYZED µg/kg wet U µg/tcg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/icg wet U µg/1cg wet U µg/kg wet U µg/kg wet U µg/kg wet � µg/kg wet 1� µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/tcg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK 12/11/12 12/I1/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/1--._--�------- 12/_._.-.---�---- 12/_._._.----------- 12/--._.-----�---- 12/_._---------- 12/_,_--�--�-�-- 12---.------- 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 12/11/12 Page 14 of 22 Plionc: (817) 861 -5322 �Fax:(R1712G1 1717 2117,Ar�ington Do�vns Rond �nrlington,Tczes7601i � �� �� � �?�� � �„ �-.,c "4,� y;.'�;' � �h... Proiect Name Project No: Montgomeiy Sh�eet Utilities 823-010 SAMPLE ID; SB_Dun TTI SAMPLE NO: 2128207-OS M�THOD II MDL I S.Q,L. I M.Q.L. NUMB�R TOTAL PETROLEUM HYDROCARBONS ANALYTE >C6-C 12 >C 12-C28 >C28-C35 Szn•i•ogate: 1-Cl�lorooctai�e Sen�rogate: 1-Chloroocladeca�7e TCEQ 1005 TCEQI pp5 TCEQ Sl Op TC�Q pp51 TC�Q 5100 T TI z�B �T � ;� � 1.05 0.96 1.13 I.OS 9,99 0.96 9.99 1.13 9.99 37-129 31------�9� - VOLATILES ANALYT� Acetone Benzene Brotnobenzene Bromochloromethane Bromodichloromethane Bromoform Bromomethane 2-Butanone n-Butylbenzene tert-Butylbenzene sec-Butylbenzene Carbon disulfde Carbon teti•achloi•ide Chlorobenzene Chloi•oethane Chloroform Chloromethane NLTMB�R II MDL I S.Q.L. I M.Q.L. EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EP-------_._._- EP----------- EP----------_._. EPA----------- �PA s oB EPA----------- EPA p8 62 B EPA 8260B EPA 8260B EPA 8260B EPA 8260B 0.10 0.92 0.35 0.11 0.37 0.19 0.92 0,41 0.40 0.42 0.21 0.12 0.25 0.-----.__ 0.30 0.51 0.18 0.10 0.91 0.35 0.11 0.37 0.19 0.91 0. 14 0.40 0.42 0.21 0.12 0.----_.__ 0.22 0.30 0.50 0.18 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 SAMPLE RESULTS < 1.05 < 0.96 < 1.13 108 % 117 % SAMPL� I2�SULTS <0.10 O _ < 0. 53 <0.11 < 0.37 <0.19 < 0.91 <----__.__ < 0.40 < 0. 24 <-----__.__ <------_ < 0.24 < p 22 < 0. 0 < 0. 0 <0.18 ��o �N Acc�Ra O� � � 9,1, 4i ^ F Q � � z V ,L '^ . _ TTI Lab No: 2128207 Date Sampled; 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2p12 UNITS II TLG I ANAL. I ANALYZ�D mg/kg wet U mg/kg wet U mg/kg wet U VK VK VK VK VK 12/12/12 12/12/12 12/ 12/ 12/12/12 UNITS II rLG I ANAL. I ANALYZ�D µg�kg wet µg�kg wet Ng�kg wet µg�kg wet µg�kg wet µg/kg wet µg/kg wet Ng�kg wet µg�kg wet µg/kg wet µg/kg wet µg�kg wet µg�lcg wet µg/kg wet µg/kg wet Ng�kg wet µg�kg wet '� I� I� � � � v v v v v� �I �I �� �� VK VK VI{ VK VK VK VK VK VK VK VK VK VK VK VK VK VK 12/11/12 1-----_ 12------------ 12--------------- 12�--------_.__ 12/-------------_ 12/---------.__ 12/-----�---- 12/-------�-._.--_ 1 zi------ 12/------------- 12/1-------�----- 12/1-------�----- 12/1 12/1 12/I 1 12/1 1 21 17, A rlingion D ow ns R oad �A rlinglon, Tcxns 7l01 � Page 15 of22 �'I����c: (R17) R61 -5322 �pax: (SI7) 261 1717 Proiect Name: ' Project No: ' ' SAMPLE ID: TTI SAMPLE NO: TTI z ��T �� VOLATILES t'; ������ � ��� ��� � ��h ��� �" ,r n,_�„��;,,. _.%' Montgotnery Street Utilities 823-010 SB_Dup 2128207-OS ANALYTE 2-Chlorotoluene 4-Chiorotoluene 1,2-Dibromo-3-chloropropane D ibromochloromethane 1,2-Dibromoethane Dibromomethane 1,2-Dichlorobenzene 1,4-Dichlorobenzene 1,3-Dichlorobenzene Dichlorodifluoromethane 1,1-Dichloroethane 1,2-Dichloroethane 1,1-Dichloroethylene cis-1,2-Dichloroethene trans-1,2-Dichloroethylene 1,2-Dichloropropane 1,3-Dichloropropane 2,2-Dichloropropane cis-1,3-Dichloropropene 1,1-Dichloropropene trans-1,3-Dichioropropene Ethyibenzene Hexachlorobutadiene 2-Hexanone Iodomethane Isopropylbenzene (Cumene) 4-Isopropyltoluene METHOD MDL s•Q•L. M.Q.L. NUMSER EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA---------- EPA-----�---- EP-----�---- EP-------�--- EP--------- EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B 0.21 0.26 0.13 0.25 0.42 0.18 038 0.25 0.46 0.24 0.17 0.21 0.23 0.12 0.18 0.25 0.13 0.15 ] .54 0.12 1.13 0.23 0.24 0.40 0.10 1.38 0.22 2117. A rling�on D ow ns A uud �A r!j!�€�O^, Tcr"� 7601 1 0.21 0.26 0.13 0.25 0.42 0.18 0.38 0.25 0.46 0.24 0.17 0.21 0.23 0.12 0.18 0.24 0.13 0.15 1.53 0.12 1.12 0.23 0.24 0.39 0.10 I .37 0.21 4.97 497 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 497 4.97 4.97 4.97 4.97 4.97 4.97 4.97 4.97 SAMPLE R�SULTS < 0.21 < 0.------- < 0.13 < 0.25 < 0.42 <0.18 < 0.3 8 < 0.25 <-------- < 0.24 <0.17 <------ < 0.23 < 0.12 < 0.18 < 0.24 <0.13 < 0.15 1 53 < 0.12 < 1.12 � 23 < 0.24 < 039 < 0.10 ---------- < 137 < 0.21 O �N ACCpA6 ��� 9NP 2 � � � e � U ,N U �: S � TTI Lab No: 2128207 Date Sampled: 12�10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 UNITS II i'LG I ANAL. I ANALYZED µg/kg wet U µg/kg wet U µg/kg wet U µglkg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/icg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/kg wet U µg/Icg wet U µg/kg wet U µg/kg wet U VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK 12/11/12 12/I1/12 12/i l/12 12/I1/12 12/11/12 12/11J12 12/ 1---------- 12/11/12 12/1.----------- 12/1.---------- 12/11/12 12/----------- 12/11/12 12/I1/12 12/i l/12 12/11/12 12/11/12 12/11/12 12_._._------ 12----------- 12/11/12 12---------- 12/11/12 12/I 1/12 12/11l12 12/11/12 ]2/11/12 Page 16 of 22 P h u n c:( A 1 9) R( 1 - S 3 2 2 �� a s:( K I 7) 2 6 1 I 7 1 7 ` T TI E�«.���� �.� • LAB taRAT CfRIE S Proiect Name: Project No: Montgomeiy Street Utilities 823-010 SAMPLE ID: SB_Dua TTI SAMPLL NO: 2128207-OS O`��0 \N AC�pA 9�� G Q � �� m U � � Y U � .` S TTI Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Repoi•ted: 12/17/2012 VOLATILES ANALYTE Methyl tert-Butyl Ether � Methylene chloride 4-Methyl-2-pentanone Naphthalene n-Propylbenzene Styrene 1,1,1,2-Tetrachloroethane 1,1 >2,2-Teh•achloroethane Tetrachloroethene Toluene 1,2,3-Trichlorobenzene 1,2,4-Trichlorobenzene 1, I , I -Trichloroethane 1,1,2-Trichloroethane Trichloroethylene Trichlorofluoromethane 1,2,3-Trichloropropane 1,2,4-Trimethylbenzene 1,3,5-Ti•imethylbenzene Vinyl acetate Vinyl chloride o-Xylene m,p-Xylene Stn•rogate: Dibra»o�Ttroi�omellaa»e Seu•�•ognie: Tohrene-d8 Surrogate: 4-Bronrofluorobe��zene M�THOD NUMB�R EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EP----------- EP------__ EP-----_____ EPA 8260B EPA-----_____. EPA-----_____ EPA--------- EPA-------- EPA-------- EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B EPA 8260B GPA 82GOB EPA 82608 EPA 8260B MDL � S.Q.L. � M.Q.L. 0.07 5.42 0.14 0.20 0.04 0.15 1.10 0.11 0.18 0.13 0.46 0.26 0.15 0.21 0.46 0, 90 0.10 0.19 0.86 0.95 0.33 0.79 0.30 0.07 4.97 5.39 24.9 0.14 4.97 0.20 4.97 0.04 4.97 0.15 4,97 1.09 4.97 0.11 4.97 0.18 4.97 0.13 4,97 0.46 4,97 0.26 4.97 0.15 4.97 0.21 4.97 0.46 4,97 0.89 4.97 0.10 4.97 0.19 4.97 0.85 4.97 0.94 4.97 0.32 4.97 0.79 4.97 0.30 4.97 60-140 60-140 60-140 2117. A rlingtun D a�v ns R oad �A rlington. Texas 7601 1 SAMPLE R�SULTS < 0.07 < 5.39 <0.14 < 0.20 < 0.04 <0.15 ------_____ < 1.09 <0.11 <0.18 <0.13 < 0.46 < 0.26 <0.15 < 0.21 < 0.46 ----.---_ < 0.89 < 1p p <0.19 < 0.85 < 0.94 < 0.32 < 0.79 < 030 97.3 % 98.4 % 95.1 % UNITS II FLG I ANAL. I ANALYZ�D µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µglkg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet µg/kg wet �� '� I� I� (� (� i� � � � � � � � � � �� �I �I �I �� �' �� VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VK VIC VK VK VK VK VK VK VK VK I ]2/II/12 12/11/12 1---_ 12/1 I/12 12/11/12 ] 2---_____ 12/1 I/12 12------_ 12---__ 12/I 1/12 12/i 1/12 12/----______ 12/I 1/12 12/------_ 12/------_ 12/I I/12 12/11/12 ] 2/ 1--______ 12/ 1--_____.__ 12/1--________ 12/1 12/11 12/1 I 12/11/12 12/I1/12 12/11/12 Page 17 of 22 Phonc:(817)8G1 -5322 �r,�x:�si�>z81 ��t� � TTI z ��T � � ! proiect Name: Montgomery Street Utilities Project No: 823-010 Analytc Batch 2121113 - EPA 5030B Blanlc (2121113-BLKl) _ _ __ i , I ,1,2-Tetrachloroethane 1,1, ( -Trichloroethane 1,1,2,2-1'etrachloroethane 1, I ,2-Trichloroethane 1,1-Dichloroethane 1,1-Dichloroethylene i , l -Dichloropropene 1,2,3-Trichlorobenzene 1,2,3-Trichloropropane l ,2,4-Trichlorobenzene 1,2,4-Trimethylbenzene 1,2-Dibromo-3-chloropropane 1,2-Dibromoethane 1,2-Dichiorobenzene 1,2-Dichloroethane 1,2-Dichloropropane l ,3,5-Trimethylbenzene 1,3-Dichlorobenzene 1,3-Dichloropropane 1,4-Dichlorobenzene 2,2-Dichioropropane 2-Bu[anone 2-Chlorotoluene 2-Hexanone 4-Chlorotoluene 4-Isopropyltoluene 4-M ethyi-2-pentanone Acetone Benzene Bromobenzene E3romochloromethane B romodi chlo romethan e Bromofonn Bromomethane Carbon disalfide Carbon tetrachloride Chlorobenzene Chloroethane Chlorofonn Chloromethane O �N ACCOqb E q �q\.� � .. �Ca�` Q : � V � i! S � x, TTI Lab No: 2128207 Date Sampled: 12�10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 VOLATILES - Quality Control TTI ENVIRONMENTAL LABORATORIES %REC RPD Reporting Spike Source L��n�� Notes Rcsult iV1DL Limit Units Levcl Rcsult %I2EC Limits RPD < I.10 <0.15 <0.11 < 021 <0.17 < p.23 < 0.12 < 0.46 < 0.10 < 0.26 < O.19 <0.13 < OA2 < 0.38 < 0.21 < 0.25 < 0.86 < 0.46 < 0.13 < 025 < 0.15 < 0.41 < 0.21 < 0.40 < 0.26 < 0.22 < 0.14 < 0.(0 < 0.92 < 035 <O.11 < 037 < 0.19 < p.92 <0.12 < 0.25 < 0.22 < 030 <OSl <o.�s 1.10 O.IS 0.11 0.21 0.17 0.23 0.12 0.46 0.10 0.26 0.19 0.13 0.42 038 0.21 0.25 0.86 0.4G O.13 0.25 0.15 0.41 0.21 0.40 0.26 0.22 0.14 0.10 092 035 0.1 I 037 Ql9 092 0.12 025 0.22 030 0.51 o.is 5.00 µglkg �vet 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " & Anal�ed_l2/11/12_ - � U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U Page 18 of 22 phone:(R17)8G1 -5322�Fax:�Rl7)2G11717 2117.Arlington D ��+'��s Road �Arlington.Tcxas 76011 � TTI EN�TLIt�IVI1r.���, .�� �N A��AG ' L.�B C�RAT C►RIE S Q°� � _ q,, � � � � V < Z Proiect Name: Montgomery Street Utilities Project No: 823-010 TTl Lab No: 2128207 Date Sampled: 12/10/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 �Analytc Batch 2121113 - �pA 5030B Blanlc (2l2] i l3-BLI{1) _ _---- ---___-. cis-1,2-Dichloroethene cis- I ,3-Dich bropropene Di bromochlorometh�ne Dibromomethane Dichlorodifluoromethane Ethyl6enzene Hex�chlorobutadiene Iodomethane Isopropylbenzene (Cumene) m,p-Xylene Methyl tert-Butyl Ether Methylene chloride Naphthalene n-Butylbenzene n-Propylbenzene o-Xylene sec-Butyibenzene Styrene tert-Butylbenzene Tetrachloroethene Toluene trans-1,2-Dichloroethylene hans-(,3-Dichloropropene Trichloroethylene Trichbrofluoromethane Vinyl acetate Vinyl chioride __ __--- _ __.__.------- Sur��ogate: q-[lromoflt�orobenzene Sm�rognte: DibromoJluoromethmre Sr�rrog��te: Tolrre�re-d8 LCS (2121113-BSI) _ ------__ __-__.___ 1, I-Dichloroethylene Benzene Chiorobenzene Toluene Trichloroethyiene _ ____ ___ -- ____. Surragnle: 4-[1 ranoflt�orabeitzene Surrognte: DiGrauioJk�oroinethrnre Surrogate: ToJrrene-d8 VOLATILES - Quality Control TTI ENVIRONMENTAL LABORATORIES Reporting Spikc Sourcc Rcsult MDL Limit Units �REC RPD Levcl Rcsult %REC Limits Rpp L�mi� Notcs <0.12 < 1.54 < 0.25 <O.IB < 0.24 < 0.23 < 0.24 <0.10 < 138 < 0.30 < 0.07 < 5.42 < 0.20 < 0.40 < 0.04 < 0.79 < 0.21 <0.15 < 0.42 <0.18 < O.I3 <0.18 < 1.13 < 0.46 < 0.90 < 0.95 < 0.33 46 SI 49 47.5 48.0 50.5 48. I 48.2 48 48 SO 0.12 1.54 0.25 0.18 0.24 0.23 0.24 0.10 138 0.30 0.07 5.42 0.20 0.40 0.04 0.79 0.21 0.15 0.42 0.18 0.13 0.18 I.13 0.4G 0.90 0.95 0.33 5.00 }ig/kg wet 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 �� 5.00 " 5.00 '� 5.00 " 5.00 " 25.0 �� 5.00 " 5.00 " 5.00 �� 5.00 " 5.00 " 5.00 " 5.00 " 5.00 �� 5.00 " 5.00 " 5.00 " 5.00 " 5.00 " 5.00 �� 5.00_'_ -- �� 50.0 �� 49.h �� 50.0 -_ _-- -----_ �'rc�ared & 0.23 5.00 µ�b �vet 49.5 - 092 5.00 " 49.8 0.22 5.00 " 50.0 0.13 5.00 " 50.0 0.46 5.00 " 50.0 „ 50.0 „ 49.6 �� 50.0 �� 12/I 1/12 93.0 103 98.4 12/l 1/12 96.0 96.4 I01 96. l 9G.4 96. / 96J 101 60-/90 60-l40 60-Id0 6I-145 39-I50 55-135 46-148 65-135 60-I40 60-/40 60-140 U U U U U U U U U U U U U U U U U U U U U U U U U U U __ _ 21 1 7. A rlington D o�v ns R oad Page 19 of22 �A rlington, Texas 7G01 I P h o n c:( 8 1 7) 8 G I - S 3 2 2 � P a x: ( 8 I 7) 2( I 1 7 1 7 Proiect Name: Project No: ' Rcporting Spikc Sourcc °/REC RPD Analytc Rcsult MDL Limit Units Lcvcl Result %REC Limits RPD Limit Notcs ' Batch 2121113 - EPA 5030B LCS Dup (Z12ll13-BSDI)_ Pre�ared & Anal�ed: I2/I 1/12 l,l-Dichloroethylene 52.1 0.23 5.00 µg/kgwet 49.5 IOS 61-145 9.12 25 13enzene 53.5 0.92 5.00 " 49.8 108 39-ISO 11.0 25 Chtorobenzene 53.6 022 5.00 " 50.0 107 55-135 5.94 25 ' Toluene 52.4 0.13 5.00 " 50.0 105 46-148 8.62 25 Trichloroethylene 52.7 0.46 5.00 " 50.0 105 65-135 8.84 25 Stnrognte:4-BromoJltrorobe��zene 48 " 50.0 95.5 60-190 Surrognle: DibromoJlrroronrethnne 98 " 49.6 97.7 60-/40 Surrogu�e: Tohiene-d8 99 " 50.0 98.8 60-190 Matrix Spike (212ll 13-MSl) Source: 2128207-01 Prepared & Analyzed: 12/11/12 I,l-Dichloroethylene 55.1 0.23 5.00 µg/kg�vet 49.5 < (ll 61-145 ' Benzene 56.4 0.92 5.00 " 49.8 < 113 39-I50 ' Chlorobenzene 56.8 0,22 5.00 " 50.0 < 114 55-135 Toluene SS.S 0.13 5.00 " 50.0 < lll 46-148 Trichloroethylene 56.0 0.46 5.00 " 50.0 < 112 65-135 Sm�rogate:4-Broniofl:�a�obenzeiie 46 " 50.0 92.6 60-140 Sta•rogate: Dibron�oJl:ioranethaire 99 " 49.6 98.9 60-140 Srn•rogate: Tolrrene-d8 49 " 50.0 98.6 60-140 Mah•ix Spike Dup (2121113-MSD1) Source: 2128207-01 Prepared & Analyzed: 12/1 I/12 1,1-Dichloroethylene 523 0.23 5.00 µg/kgwet 49.5 < 106 61-145 5.20 25 Benzene 53.1 0.92 5.00 " 49.8 < 107 39-150 6.1G 25 Chlorobenzene 53.2 022 5.00 " 50.0 < 106 55-135 6.56 25 Toluene 51.8 0.13 5.00 " SOA < 104 46-148 6.86 25 Trichloroethylene 52.7 0.46 5.00 " 50.0 < 105 65-135 6.09 25 Sea�rogaie:4-BromoJluorobenzei:e 47 " 50.0 94.0 60-140 ' Stn•rogate: Dibrou�oJluorosrethane 48 " 49.6 97.3 60-190 S�a'rognte: ToJuene-d8 49 " 50.0 98.4 60-140 � T T I L �iBItAT �RIE � ■ Montgomery Street Utilities 823-010 VOLATILES - Quality Control TTI ENVIRONMENTAL LABORATORIES 1�0 �td ACCOqb9 � ti �� , � F Q i U < ,G�� �" �. � .�' 2 TTI Lab No: 2128207 Date Sampled: 12/] 0/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 Page 20 of 22 2I17.Arlington Downs Roact �Arlington.Tcxas7(>011 Phone:(817)861 -5322 �Fax:(R17)2(1 1717 �� � � � � �� � � � � �� s� i � � , ��y p ��1 nccn�U .1� �` ' q'�c �o t �, �' � 2 u U ^ G � _ Proiect Name: Montgomery Sh�eet Utilities TTI Lab No: 2128207 Project No: 823-010 Date Sampled: 12/]0/2012 Date Received: 12/10/2012 Date Reported: 12/17/2012 TOTAL PETROLEUM HYDROCARBONS - Quality Control TTI ENVIRONMENTAL LABORATORIES Analyte Itcporting Spikc Sotircc "/REC RPU Rcsult MDL Limit Units Lcvcl Rcsult °/REC Limits RPD Limit Notcs Batch 21211ll - TCEQ Prep Blank (2121111-BLICl) Prcparcd & Analyzed: 12/1 I/12 >C12-C28 <096 096 9.99 mFJkgwet U >C28-C35 <1.13 Lt3 9.99 " U >CG-C12 < LOS I.OS 999 " U _ Siu�rognte: I-Chloroodadecnne 63.6 " 74.9 84.9 31-140 Sin•rognte: 1-Chlorooctane 60.6 " 74.3 81.6 37-/29 LCS (2121111-BSI) Yre�ared �r Anal zy etl: ll/11/1L >C12-C28 1060 096 997 mg/kgwet 1010 105 75-125 >C6-C12 1050 I.OS 9.97 " 1000 105 75-I25 _ _- _ _ _ _ ..- Stu•rogate: !-Chla•aoclndecn�ie 70.1 " 74.8 93.7 3/-140 Surrogate: l-Chlorooctane 87.3 " 74.2 !/8 37-129 LCS Dup (2121ll1-BSD1) Prepared & Analyzcd: 12/11/12 >Cl2-C28 1050 095 9.89 mg/kgwet 1000 105 75-125 0.438 20 >C6-C12 1030 1.04 9.89 " 994 104 75-l25 L51 20 S�n•rognte: /-Chlarooctadecnne 77.6 " 74.2 105 31-140 Sra•rognte:l-Cleloraocrune 81.0 " 73.6 1/0 37-129 Matrix Spike (21211ll-MSI) Source: 2128207-01 Prepared: 12/11/12 Analyzed: 12/12/12 >C12-C28 1050 095 993 mg/kgwet 1010 < 104 75-125 >C6-C12 1010 1.04 9.93 " 998 < 101 75-125 - - - ---...- -. Surrogate: l-Cldorooc(ndecnne 83.1 " 74.5 1!2 3/-l40 Sm•rogate: 1-Chlorooctune 89.7 " 73.9 12/ 37-/29 M�trix Spilce Dup (2121lli-MSDI) Source: 2128207-01 Prepa�cd: 12/1I/12 Analyzed: 12/12/12 >C12-C28 1030 095 99I mg/kgwet 1010 < 102 75-125 2.04 20 >C6-C12 1000 L04 991 " 996 < 10( 75-125 0.518 20 _ -_ Sra•rognte:l-Chloraoclndecrn+e 89.5 " 74.3 I21 31-140 Srn•rogale:l-Chla•oocmne 89.6 " 73.7 122 37-129 Page 21 of 22 2117,Arlingto» Do�vns Itoad �Arlington,Tcxns7G01t Phone:(R17)861 -5322 �Pax:(N17)261 1717 Proiect Naine: ' Project No: � TTI L� ��T � � ! Montgomery Street Utilities 823-010 Notes and Definitions U DET ND NR dry RPD Analytc inciuded in die analysis, but not detccted Analytc DETECTED Analytc NOT DETECTED at or above thc rcporting limi[ Not Rcportcd Sampie restd[s repor[ed on a dry wcigh[ basis Rela[ive Percen[ Difference 2117,Arlington Downs Road �Arlington.Texas 76011 ��Q \tJ ACCOqU9 ` �"c �o : : �F � ��� � U U q ` �� * �� ��� : �': S TTI Lab No: 2128207 Date Sampled: 12/ ] 0/2012 Date Received: 12/] 0/2012 Date Reported: 12/17/2012 Page 22 of 22 Phone:(R17)R61 -5322 ��ax:(817)2G1 17I7 !J G�! i`� � ..: �._., ;-� �•.>..- \� cv Y- . o : Z z z p `'J � c ��7' ..� cO h- :�-cs-� � , �o � , us � ` � � 0 r � � � cfl co : rs � [O N .. ,,,, , . f � � J �' r � F'F. A\ � � � j^�,7�`, � t� �- �;- \ w �} � z � � J � .''�. c- r � �hJ ..,.OvO :.� ;' , tiN W O O J _ �� '.� � � ` �' �- LL ,o p Z W Z ' N X a � m -- . � a �� � U : � y O�OH p -� r �,. . L O v � >- � .:.! � - Z V � dLf2il � ;; }� :. ' � o m � 'lnn�ao � ■ ■ � � � ■ q O . 809Z8 spunodwo� oiue6ap a�i�e�o� SOOLXl suoq�eooaplH uana�o�;ad �e;o�, 57J31�W�2f`dd " w 1531 a� N�+ O = a � � N U O c � FT � � o a� Z 0 > . � .i p " N Z c�v O �� C ('7 � O � � t, � O [+� .0 m W � CII (O � (��l O a C _= I a � f��0 ro � � � N ?� ���� �� -„Z � � � _ 0 N � O _ ; O �'' h � Z R � U J N ' w o x a o 0 - ; U a � W d a�i "' ^�— _ � � r� � .. ....... - ro ',: ' o. 7 O � a�i I G ',;,' O );�• � 3'`'`i W ��`�. `� � S" ;: � C,i_.:; p:.; � i���'.-<��� Z 17�:`: Z _ `—J" �\ � � � � � 0 u� O r^ N ._ � � w � � � W O � C O � °' a N � a N Q a z � w _, _ 0 z � � 1 1 � � � � � �, � , �� �- �' � T �Z � H � U 0 W � a � � � � � � �Z '� `� O. � c E � '�..* � cs�' � `c� u V � C'J m �� � � �s � � � m N c . � . _ Q, E � ro ~ ra � � � o � Z T T N N � N N � O <- O � � N N N � N �N O W o :: , W> o o a a a o a cY ^� � = " � --> � � _ . 0 O � Q � � O Yi � `o �- J tJ � v� „ A B. �o �'m o- m a cr5 � � V � L � m� O O � 4 � c°1i � � N � _ O = � p V � J � Z � J � N .. J a � ti N O � � T � - o � !Jj N � � � � �4�..'�-'..4 s 0 �(� �M W �a:-g � ���N 3 � Z ,r�'i m �:_� � �S O N L �„��` i�i G � I �WZn V' X Q � � N N ccrv,'o E �j E rzw� � Q � 0 I- t- � N f+i V � � � � � � � o N o 0 C> a d � c'� m � E ui �, � � � .Q > > _" m = a o, a, �� � ' v �� m m o m v 'o o � � � O ap � � t-- � � Q, � � � � � 1- h �� � �o � � m � � o � � �' � O m IIJ.� � W � a � Q o ~ N Q �Z _"c � � � yJ N Q � z� � �i m w � R � c � rn m ��--�.������ � p \ � N � s � � y � r �_ � � �m � �, GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF rORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July 1, 2011 City Project No. 01468 FORT WORTH ---^...., o ,,,•..---' City of Fort Worth Minority Business Enterprise Specifications �-- • - • •- : �� 1 APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, then an MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. NiBE PROJECT GOALS The City's MBE goal on this project is � 4 % of the tOtal bld (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed resnonsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION times allocated, in order 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MBE participation: o ening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPL.Y WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 212-2674. Rev. 5/30/12 ATTACHMENT1A Page 1 of 4 F._ ORT wORTH City of Fort Worth MBE Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MNV/DBE NON-M/NVDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 14 0�0 0�0 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 MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Identify each Tier IeveL' Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 15` tier, a payment by a subcontractor to 'its supplier is considered 2�d tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks from non-MBEs,' including owner-operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 5/30/12 FORT WORTH ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount Telephone/Fax r E E E E �� � �' 1—■ � �� �� �� Rev. 5/30/12 FORT WORTH ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL. subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. Please list MBE firm's first, use additional sheets if necessary. if a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's MlWBE Office which may be contacted for verification. Please note that onl certified MBEs will be counted to meet an MBE oal. Attach N NCTRCA Certificate � SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Dollar Amount Telephone/Fax r B g B B E E E E � � � � � � � � � � � � � � Rev. 5/30/12 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS � The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5/30/12 FO_R �VVORTH City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 1 B Page 1 of 1 PRIME COMPANY NAME: Check appiicable block to describe prime PROJECT NAME: MNV/DBE NON-M//WDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 14 °�o °�a If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on ' this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �ih answers are yes. ' Failure to complete this #orm in its entirety and be received by the Manac 5:00 p.m., five'(5) Citv business days after bid openinq, exclusive of the 1 bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(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 MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract 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 Title Company Name Address City/State/Zip Printed Signature Contact Name (if different� Phone Number Fax Number Email Address Date Rev. 5130/12 ATTACHMENT 1C Page 1 of 3 FORT WORTH --�-. �---�- City of Fort Worth MBE Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-MI/WDBE BID DATE City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER 14 a�o °�o ff the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this, form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5)'City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 5/30/12 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Yes Date of Listing No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) �No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? �_Yes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) �_No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? �Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non-responsive.) _Q N o 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? �_Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) �_N o NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? �_Yes _QN o 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? _QYes _allo Rev. 5/30/12 ATTACHMENT 1C Page 3 of 3 9. Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? ��Yes (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) �_No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. P/ease use additional sheefs, if necessa , and attach. Compan Name Telephone Contact Person Scope of Work Reason for Re'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5/30/12 ATTACHMENT 1C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C 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 Company Name Address City/State/Zip Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 5/30/12 Joint Venture Page 1 of 3 FORT WORTH Name of City project: 1. Joint venture information: CITY OF FORT WORTH MBE Joint Venture Eli�ibility Form All qriestions nurst be answererl; use "N/A" if �rot app/icable. A joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach exira sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the 'oint venture MBE �rm Non-MBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: � � ����' � � �' � �� "� °� " � .^ � . ��� � � � � . � _ ..T.a �e-�� � � . �. - �� � � � ,_F `:~�s� 2. Sco e of work erformed b the Joint Venture: Describe the sco e of work of the MBE: Describe the sco e of work of the non-MBE: Rev. 5/30/12 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do �to! complete if lhis inforrnnlron is describe�/ in jain! venttu•e agreentent) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision malcing of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/30/12 Joint Venture Pa e3of3 AI�'FIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessaiy to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to tl�e joint venture the stated scope of worlc, decision-making responsibilities and payments herein. The City also reseives the right to request any additional infoimation deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for tennination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and �les of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. ----------------------------------------------------------------------------------------------------- Name of MBE finn Name of non-MBE finn Printed Name of Owner Printed Name of O�vner Signature of O�vner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of On this County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this af�davit and did so as their fi�ee act and deed. Notaiy Public Print Name Notaiy Public Signature Commission Expires _ (sea!) Rev. 5/30/12 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CULTURAL DISTRICT/W[LL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOM�RY/ RIP JOHNSON Revised July 1, 2011 City Project No. 014(8 City of Fort Worth, T'exas Mayor and Council Communication COUNCIL ACTI4N: Approved on 7/8l2008 �.. ��- a_:�,---.n,�. DATE: Tuesday, July 08, 2QQ8 LC)G NAME: 30WAGE RATES REFEFZENCE NU.: �`*G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects . ��������. �� RECOMMENDATION: It is recommended that the City Council adopt ihe attached 2008 Prevailing Wage Rates for Cify-awarded public works projects. DISCUSSIUN: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shail de#ermine the general prsvailing rate cif per diem wages for each craft or type of worker needed to execute the contract, and shall specify ln the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction wiih the Association of Builders and Contractars (ABC) and the American Sub-Contractors Association (ASA}, conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. F[SCAL tNFORMATION/C�RTI�tCATIUN: The Finance Director certifies that this action will have no material effecf on City funds. TO Fund/AccauntlCent�rs FROM �undlAccountlCenters Submitted for Cit Mana er's �ffice b�. Q, riginating De arp tment Head: Fernando Costa {8476) A. Douglas Rademaker (6157) Additional Infiormation Contact: Eric Bundy (7598) I3EAVY & HiGHWA�' CONSTRUCTION PREVAiLING WAGE RATES 2008 Air Tool Operator Asphalt Dish�ibutor Opet Asphalt Paving Machine Asphalt Raker AsphalC Shoveler Batchin� Plant Wei�her Broom or Bulldozer Conerete Finisher, Paving Concrete rinisher, Structures Conerete P�ving Cw•bing Machine t Concrete Paving Finishing Macl�ine Co►lcrete Faving ,ioint Sealer Opera' Concrete paving Saw Operator Concrete Paving S�reader Operator Concrete Rubber Crane, Clamshell, Backhoe, Derrick Elech�ician Shovel Form Builder/Setter, Structures Forin Setter, Paving & Curb �oundatioz� Drill Operator, Crawlar Mounted Foundation Drill Operator, Ti�ck Mounted �ront End 1.,oader Operator Laborer, Catnmon Laborer, Utility Mechanic Milling Machine Opei•ator, Fine Grade Mixer Operator Motar Grader Operator, Fine Grade Motor Grader Opea•ator, Rough Oiler Paintiea�, Structures Pavement Marlcing Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinfoi•cing Steel Settei•, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat WheeUTatnpin� Roller Operator, Steel Wheel, Plant Mix Pavement Servicer Slip T'orm Machine Operalor Spreadei• Box Operator Ti•actor Operator, Cra�vler TypE Tractor Operator, Pneu�natic Travelin�; Alixer Opei•ator Truck Driver, Lowboy-Ploat Trucic Driver, Single Axle, Heavy Trucic Driver, Sin;le Axle, Light Tnxck Driver, Tandem Axle, Semi-Trailer T�uck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Welder Work Zone Bar�-icade Servicea• � 10.06 $13.99 $12.78 $I1.01 $ 8.80 $14.15 $ 9.88 $13.22 $ l 2.80 �12.85 $13.27 $12.00 $13.63 $12.50 $13.56 $14,50 $10.61 $14.12 $18.12 $ 8.43 $11,63 $11,83 $13,67 $1G,30 $12,62 $ 9.18 $10,65 $16.97 ��i.s3 $1 I.S8 $15.20 $14,50 $14,98 $13.17 $10.04 $11.04 $14.8G $16.29 $11,07 $10.92 $J 1,28 $ I l ,a2 $12.32 $12.33 $ l 0.92 $12,G0 $12,91 $12.03 $14.93 $11.47 $ ] 0.91 $l 1.75 $12.08 $14.00 $ ] 3.57 $10.09 AC Mechanic AC Mechanic Hetper Acoustical Ceiling Mechanic Bricklayer/Stone Mason RricklaverlStone Mason Nel Concrete Finisher Concrete Form Suitder Drvwalt Mechanic l Electrician (Journeyman) Electrician Helper �lectronic 7echnician Electronic Technician Me Ftoor L� Ftoor L� Gtazier Insulator Insulator Helper lab�rer Common Laborer Skitled Lather Painter Painter Hetper Ptasterer 2008 PREVAILING WAGE RATES CONSTRUC710N INDUSTRY $21.69 Ptumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Hetper $16.23 Sheet Metat Worker $11.91 Sheet Metat Worker Nelpe $13.49 S rinkler System Instaiter $13.12 5prinkter S stem InsYaller $14.62 Stee( Worker Structural $10,91 Concrete Pump Crane, Ctamsheel, Backhc $13.00 Shovel $9.00 Forklift $20.20 Front End l.oader $14.43 Truck briver $19.8b Wetder $12,00 Wetder Helper $20, 00 $13.00 $18.00 $i3.00 $14.78 $11.25 $10.27 $13.18 $16,10 S14.83 18.85 12.83 17.25 12.25 D'Line Z0.43 14.90 10.00 10.00 16.9b 12.31 18.00 $9.00 17.43 20,50 17.76 12.63 10.50 1 a.91 16.06 59,75 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CULTURAL DISTRICT/WILL ROGERS, STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS PART 3— HARLEY/ MONTGOMERY/ RIP JOHNSON Revised July 1, 2011 City Project No. 01468 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST rlppro�al` Spec No. Clnsssification Manufactucer - 1Vloilel No �; Nai�ona� Spec x �Size _ �.,, ., .,_ ._ �.w __ _ , . �. - ------ - � WAST�WAT�R Manholc Inscrts ' • r i-w hlonhnlc Inscn Knulsun Hntcmnscs Madc m Ordcry Plastic ASTM D 1248 Por 2d" dia. ' GI-14 Manholc inscrt � � � � South Nutcrn Packaging � � � � � � � �'Madc Io Ordcr Plastic '� � � �ASTM D 1248 . '�For 24" dia. GI-Id ��anhnlcinscn Nollow-InOmv �lndcioOrdcr-Plastic ASTMD1248 For24"Jia. 0')/D/')( CI-I-0 Manholchiscn SouthwestemPackingSScals,Lia LifcSaecr-StainlcssStccl For24"din. ..... _._ __.___. .. _._- .._.. ._.____ __... fl')23/9! [I-14 Manholc Inscn � �� �� Southwcstcm Packin •& Scais, Inc �� �� TclhcrLok - Stainlcss Stcct �� � For 2d" din Manholcs & Bases/Pramcs & Covcrs/Rcctan ular blanhoic Framcs and Covcrs Wcstem Iron \Vor1:s, 6ass & Ha s Foundry 1001 24':e40" \VD Manhole Fnmcs and Cnvcrs Vulcan FounAry 6780 24'k40"WD _.. _.�. .. _.. . .. . _ . _..... .._. I . __ _.._ .._.... .__ ____ —._ __..____ - . __— ______.__- ._ _. - - - _- —_____.__ - __ . - - _ — _.__- .._. Manholcs & Bascs/Frames & Covcrs/Standard (Round) Gt-I4 �Ianholc Fnmcs and Covcrs I Natcm Iron \Vor};s, 6ass S Ha s Foundr 30024 24" Dia. • GI-I4 �tanhule Fnmcs and Co� crs �icKinicy Iron Works Ina A 24 AM 24" Dia. ._... ...___ ._._ _._ ..... ... ...... . ._.__ .__. ___. _— _. ___ —_— — — _ - _ " Li-I4 \Ianholc Fmmcs and Covcrs I Nmnah Cnsting 24" Dia. Hl-I4 \lanhotc Frames and Covcrs i, Vulcan FounAry 1342 ASTM A 4R 24" Dia. _. __.... _..__ ._._ ,__._ __.____— . __- _-- - _ — _.._...._.. _. —_..._.._.__.__—_— LI-I4 Nlanhotc Framcs and Covccs ��� � Sigme Co oration MH-144N c�-w \lanhutc Frnmes and Covcrs Sigma Co onlion MH-143N 81-I4 Manholc framcs and Cn�-crs i Punt-A-�lousson GTS-STD 24" Aia. LI-14 \lanholc Fnmcs and Covcrs � Ncenah Castin 24" dia. 7/25/03 CI-14 \lanholc Pmmcs mid Corcrs � Saint-Gobain Pi clincs (Pammx/rcxus) RG32-R8FS 30" Dia. _ OIi31/Ofi ❑-14 t(1' pl \11I Rnig and Co�er ___I__ ._ .[:�st lordzn Gon Norks ___ __ .._..._.. V I432_2 aod V 1483 De.igns_...______ __ . AASHTO M306-tW ___ 3P" U�a. - __. ___ .___ . — -- IV02/10 CI-14 t0^pI�iHRiiigandCovcr ..... ..... � ... .SigmaCnmonuun MH1l51PNN&MHI(502 3U"Din 07/19/I1 ei-ia 30"DIMHRingandCovcr I StarPipeProducL MH32FT1VSS-DC 30"Dia OR/I W I I [I-I d 30" DI k1N Ring and Covcr Accurnst 220700 Hca� � Dut ���th Gaskct Rin 30" Dia Manholcs & Bases/Pramcs & Covers/Water Tight & Pressure Ti l��t GI-14 MnnholcFmmcsandCorcrs Pont-A-Moussmi Pamtight 24"Dia. GI-14 TlanholcFramcsandCovcrs NecnahCactin 24"Dia. GI-ld �fanholcfnmcsandCurcrs VulcanFoundry 2342 ASTMA48 24"Din. 81-14 Dlanhole Frames anA Co��ers Wcstem Iron \Vo�}:s,�us & Hays Foundry 300-24P 24" Dia. . . __— ____ ____.__ .__ __—__ . ____-_ . -_____. __. ___ . _ __— - - - _ ,— Y __—_ — __._._____ .___._.__..__—__— ' 81-14 �4anho�c Flamcs anA Covcrs ��� Mct�inlc Iron \Vorks Inc 1VPA24AM 24" Din. 03/08/00 GI-14 Nlnnholc Frames and Covcrs Accucast RG2100 ASTM A 48 24" Dia. 04/20/Ol GI-14 Manho�e Flames and Co��crs Semm ore Ind�stries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 2J" Dia. Manholcs & Bascs/Nc��dComponents 07/23/97 Urcthanc H-dro hilic \Vatcrsto Asnhi Ko �o K.K. Adckn Ultra-Sea! P-201 ASTM D2240/D412/D792 O4/2Gl00 OfBc� loint for 4' Diam. biH Hanson Cuncrc�c PmAucts Dm���n No. 35-0048-001 04/26I00 Pmfile Gnsket (or 4' Diam. MH. � Press-Scal Gasket Corp. 250-4G Gaskct AS7'M C-043/C-361 SS h1H 1/26/99 HDP[ Mnnhotc aAjustmcnt Ring i Ladtcch, Inc HDPE Adjustmcnt Ring Nomtra(iic arca 5/I3i05 A1a�ihole F:ztcmal \Vra ( Camisa- CPS \Vn idScal Manhole Enca sulation S�stem Manlioles & Bases/New/Precast Concrete I GI-14 Manholc, Prccul Contmtc Hydro Conduit Cor SPL itcm N49 ASTM C 478 J8" ci-�a �fanhole, Precazt Concrete Nnit Concrctc Pi e Co. Ina ASTM C-443 48" HI-14 Manholc,PrceastConcnrttc Nanson((onncdyGiliord-Hill) ASTMC478 48" _ _.____._ .___—_._ .___—.._ ..._______ ._._—__— __— __..—_____.--_ _ __.__..____....__._. 04/2(!00 L-14 MH, Sm 1 Oliset Scal loint Hanson T} c F Dw 35-0048-001 ASTM C 478 4R" Diam MH 09/23/9( HI-14 �1anhole, Precast Concrete Concre�c Product Ine. JR" t.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" eone 03/30/O/ G�-14 hfanholc,Prn;utCuncr<tc Thc7umcrCompany 43"ID.Manholca�/24"Caie ASTMCA73 -03„ 10/27i06 GI-14 Manholc, Pr tas� Cnncrctc Oldcasqo PrYast Inc. 4S" I.D. Manhole w/ 24" Conc AS'LW C 478 48" Diam �v 24,• Rin O4/09/10 HI-14 Manhole, Precast Reinforce Pol ner)Conerete US Com osite Pi e ReinCoreed Pol mer Conercte ASTM C-76 4A" to 72" Manlioles & Bases/New/Fiberelass 1/26/99 Fibcrglass Manholc Fluid Coniainmcnt, Inc. FIo��2itc ASTM 3753 Non4ramc Trc� O8li0/OG Pi6eminssMnnhole L.P.Ma�ufncwrin, NmH�eflicnrea Manholcs & Bascs/Rchab Svstcros/Cemcntitious 81-14 Manhole 2ehab Sysienu Quadex 04/23/Ol CI-14 ManholeRchabSystcnu SlandardCementMaterials,lnc 2elinerMSP 81-14 Manholc Rchab Systcnu AP/M Pcm�aConn 4/20/01 CI-14 Mnnhole Rehab S�stem Strong-Seal S�stenu Stmn Seal WS2A Rehab S 5tem 5/12/03 81-14 �fanho�cRchabSystcm Poly-tri 1cxTcchnolo ics MHrc air mAucttosto in�l�mtion ASTMD5813 OSl30%O(, (icnerai Concrete Re �air � FlexKrcte Technulu �ies Vin �I Polyester Re >air Pnxiuct Mix. Use .._ ___._ _.._. . _._ __.... __._. ___ ._.__- ____ __.___ ___.__ _______ ___._. _____— __— _.____ Manholes & Bases/Rchab SvstemsMonCemcntitious � OS/2UM6 r:�-ia �InnholcRchnbS stcros S ra S rn WnllPol ircthnneCoatin ASTMD(39/D790 [1-14 �tanholcRchabSystcros � SunCoast O1r31/Ol> Coatings fm Corrosion Pma�c�tiun Chesterton Arc 79I, SIHD, S1, S2 Acid Resistance Tat Se�cer A ilicatinns SU'8/200G Coatings ftt Corrosion Pru0.Ytion \Vartmi Gueirunmentnl S-3111 and bi-301 Sc�vcrA � ilicaiions 08i30/0( Coatings f�r Cortu.ion Proteciian Citadcl SLS-30 Snlids L ocy So�vcn\p lications Piqe/New/Cenh�ifuaallv Cast Piberglass Rcinforced Pipc/Polymcr Modified Concrete 7/21/97 Ccnt. Cnst Fibcrglass 'i Hobns Pi c USA, Inc. Hobas Pi c(Non-Pressurc ASTM D32C2/D3754 10/30/03 Flo��aitc � Amitech USA Prepared 2/29/2012 Page t CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2012 STANDARD PRODUCTS LIST Prepared 2/29/2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED: 2-29-2012 STANDARD PRODUCTS LIST � �: - x Approval� Spec 3Yo. ClasssiIIcution ��, ��Manufacta�er � Mo�el i�o �; � N�ttona] Spec, , �Size , I2/I d/01 _ Cpoxy Lmmg S�stem I Rinker N9nierinls � Hnech 2030 and 2I00 Sena IW/IJ/Oi Intc�iur Ductilc Irnn Pipc Conting InJuron Prntceto-0111 ASTM C3-I17 Duciilc Iron Pi c Ouly WAT�R Pines/Valves & Fittings/Combination Air Relcasc " [I-11 Combinalion Air Rcicasc Valvc GA Industries, Inc. Hmpire Airand Vacuum Valvc, Modc193S ASTM A 126 Class 6, ASTM A I"& 2" f I-I 1 Combinn�ion Air Rdcase Vnlve Muhi les Mnnufacturin Co. Crispin Air anA Vncuum Valves, Mudel No. �/Z", �",k Z" __ '. _. ❑-I I Combination A�r Rcla�sc Vah�c _. . _._ +__. Val�c and Primcr Co APLO 1F143C, k145C and 11147C t", 2 Q 3" .. ...... .. _. ._. _._____ m ______. _ ____.—. __- .- _ _.. _ ____. ______ ___.__ _ .. ____- _..... Pipcs/Valves & Pittings/Ductilc Iron Fittings I�i . _ - --- -- - - - - ---- — --------_ _- - ---- 07R3/YZ ... ❑-07 Duciile Iron Fittings. ��.�. ����. Star Pipc Pmducts.lnc Mcchanicnl Jant Fittings ANWA CI53 & Ct 10 GL07 Duc�ilc Imn Piltings Grif6n Pipc Products, Co. Mcchenical JoiN Fittings A\VNA C 110 GI-07 Duc�ile iron Piuin �s MclVanclTylcr Pi d Union Utilitics Di��sion Mcchnnicnl Joint Fittings, SS6 Clnss 350 AW1VA C 153, C I 1 Q C I i l OS/IJ/'/R 81-07 Ductilc Iron Piltings I Uni-Flangc Scrics 1500 Cimlc Lock Pipc Rcstmints 08/10/)% GI-07 bUPiuings I Si m,Co. Class350G153MJFittings pN\VAC1S3 4"-24" OS/Idi98 GL07 Ductile Iron luint Restminis Ford Mctcr poz Co. Uni-Flange Series I500 Circle-Lock AW\VA Cll t/CIS3 4" to 12" II/0J/04 G1-07 DuctitclronlointRcstraints OneDolt,lnc OncBoltRcstraincd7ointFitting AW\VACI11/CI16/C1S3 4"to12" ... ._ .. . . .. . .. . .. ..... . ._.. __._ _._.. . __.___ ._.._. ._______- . _— - __ __— _ _ _ - - __—___ .._.._......._.—_—___ - -- __. ._ ___— —______ 02/2J/i2 33-II-II DuctilelronPi eAlethanicaUointRestraint CDAAIron,lne. MegalugSeries1100(forDlPipe) AWWAGIllC116/CIS} 4"to42" 02R9/12 33-I 1-I I PVC Pipe Mcclmnicat loiut Restnint �I� H�M Iron, Inc. Megalug Scrics 20O0 ((or PVC Pipe) AW WA Cl l I/Ci 1(/C 153 4" m 24" OS/OS/04 GI-07 McchanicaUoint Rctaincr GlanAs '� Sigma, Co. Sigma Ono-Lok Mcchanical Joint Rcstrainer p\V\VA Cl I 1/CI53 4" to 24" I� I3ullAog Systcm ( Diamond Lok 21 & 1M 10/12/10 G 144 Inic�or Rcstraincd Joint Systcm � S S D Techncinl Produc�s Laglc Loc 90�) qSTM F-] 624 4" to 12" OS/1G.OG GI-07 Ri<chanicaUoimFittings � SIP1nAus�rics McchunicaUointFiaines AN\VACU3 4"tu24" i Pipcs/Vah�es & Fittines/2esilicnt Scated Gate Valvc* ' Resilicm \VedgcA Gnte Vzlve �e/no Gears American Flow Control Series 2500 Dm�+�ng N 94-20247 16" I2/13/02 Rcsilicnt \VcAgc Gatc Valvc � Amcrican �low Control Scries 253U nnd Scrics 253fi A1V WA C515 30" and 96" OR/311I9 Resiliem \Vcdgc fate Vah�c American F�av Control Serics 2520 & 2524 (SD 94-20255) A\V\VA CS IS 20" and 24" OS/18/99 Resilicnt \VcA c Gnte Vnlve Amcrican FlowControl Scries 251G SD 94-20247) A\V1VA CSIS 16" 1024/00 GL2G Rcsilient Wcdgc Gatc Valvc American FlowContml Scries 250D A\VWA C509 4" to 12" OS/OS/OA Resilient Wedge Uate Vnlve Anmrican Flow Coniml 42" and 48" AFC 2500 A\V WA CS IS 42" and 48" OS/23/91 EI-2G Resilfcnt\Vcd cGateValve AmcricanAVKCom any AmcricanAVKResilientSeadedGV A\VWACS09 4"to12" OU24/02 GI-2C> ResilicntNedgcGateValvc AmericanAVKCom any 20"anAsmnllcr _ _. _._____ ._— ._— __—__... .________..__ __ .._._._.._.__._ .._ 8L26 Resilicnt Sealed Gate VAlve Kcnncdy 4" - 12" GI-26 RcsilicntScatcdGateValvc M&H 4"-12" CI-2G ResilientScalcdGateValve MuellerCo. 4"-12" l I/DR/99 Resilicnt \Vedge Gnte Val��e Muelicr Co. Scrics A2361 SD 5647 A\V WA C515 16" 0123/03 Rcsilicnt Wcdgc Gatc Valvc Mucller Co. Scrics A2360 far 1 R"-24° (SD h709 ANNA CS IS 24" and smallcr U5;13i05 Resilicnt \Vedgc Gate Valvc A7ucller Ca Mucilcr 30" & 3(>". G515 AW WA CSlS 30" �nd 3(i' OIi31i0fi RcsiGcnt�VcdwGuteVah�c \4ucllcrCo. Muclicr4?"&44",G515 AWWAC515 42"and48" 01/2XBR CI-26 Rcsilicnt\VcdgcGatcValvc ClowVah�eCo. ANWAC509 4"-12" I O/O4/)3 Resilicnt Wcdgc Gatc Vnivc Clow Valvc Co. 16" RS GV (SD D-20995) AW WA C515 IG" _ __._ __. __ . __ ___— _ ..______ — ___ ..___ ...____ ._ _____ __ ___- —_ ___.__ . .______..._....__.____ -- ..___ II/08I99 EI-26 Resilicnt\VcdgeGatcV�ive ClowValvcCo. CIowR\VVahe(SDD-21652) AWWAC515 24"andsmaller +�N29flW NesiFiext-We�ge�6ete-�eF+w Notc<3> G1ew-VaFve-6a A�Y�VA$513 3B"-a��3-3(�' U(/21 /1 U Resilicnt \Ved �c Gate Vaive Clow Valvc Co. Clow Valve Model?638 A\VNA C515 30° to 48" OS/08/91 [i-2( ResilicntSca�cdGatcValvc StockhnmValvcsSFittings n�t�Vnc5o9,.WSia2o-sirn�,nsixf q^_�p� [i-2G Resilicnt Scatcd Gatc Valve LLS. Pi e and Found Co. Melmsea1250, requircmenls SPL fl7J 3" to 16" Pipes/Valvcs & Fittings/Rubbcr Seated Butterfl� EI-30 Ru66crScaced6uttcrllyValrc Hen PmttCo. A\VWAG504 24" 81-30 RubberSeated6uttcrllyVnlve MucllcrCo. AW\VACSOJ 24" I/11/99 GI30 Rubber Scated 6uncr(1 � Vnlve Drrurik Valres Co. A1VWA C-SOJ 24" and la �er OC>/12/01 G I-30 Valmatic Amcrican 6utterfl Valve Vahnatic Valve and ManuCacturing Co . Valmatic American 6utteril Vnlve. AlVWA C-504 U to 84" diameter 04/0(/07 81-30 Rubbcr Seatcd 6uticrlly Valvc MSH Vnlvc MRH Stylc 4500 & 1450 ANNA G504 24" to 48" SamplinQ Sta[ion 7/12/)6 \VatcrSnm lin�Stmion WatcrPlus [32UWaterSam lin Station D�y Barrcl Firc }ivdrants 10/OI/R7 C-1-12 Up-6arrclFireH-dram American•DadingValve Dra���ngNos.90-18608,94-IA560 AWNAG502 03/3I/SA G-612 Dry Dartcl Fire HyAmnl American Dadin � Valve Sho Drnx�n No. 94-1 N791 A\VNA G502 09/3U/R7 8-1-12 Dry 6artd Pirc HydraN Clow Co ontion Shop Dmwing No. D-19R95 AN\VA G502 01/12/)3 G-t-12 Dry6nrtclFircHyAram AmcricmiAVKCom an MoAc12700 ANNAG502 ONI24BR G-L 12 Dry Bartcl Pirc HyArant Clow Co omtion Dm���n s D20435, D2043C, �20506 ANWA G502 [-I-12 Dry Dartcl Fire H�Amnt ITT Kenncd Vaivc S6o Drawin No. D-A0783FN A\VNA G502 09/24/N7 GI-12 Dry 6artcl Fim HyAmnt M&H Vah�c Com nn � Sho Drawin No. I3476 ANNA C-502 Shop Dma�ngs No. 646I IO/14/87 GI-I2 Dry l3artci Fire H-dmnt MuellerCom an A-423 Ccnturion AN1VA G502 � Shop Drawing FH-12 01/IS/AH HI-I2 D 6artclFircHydraut M�c1lcrCom an A-423Su crCcnturion200 ANIVAC-502 I O/09IR7 61-12 Dry E3arrcl Firc Hydrant ! US. Pi e S Found Sho Drm�4n+No. 960250 A\VNA G502 09/IC/A7 GI-I2 Dry �arrcl Fire Hydrnnt Watcrous Com any Shop Dra��4ng No. SK740803 AWNA G502 atcr pnurtenanccs 08/08/02 Gl-1 RA Plnstic p9eter 6�>�es Hast Jordan Iron Norl:s, ina Meter 6os (Plnstic) �e/ CI tid Class A, D, C 0328/OZ Double Sin Saddle � Smith 6lnir N317 Coatcd Double Sua Snddle Ol/26/00 SS Ta iog Snddlc - 1C�9 InAusirics, hrc. q406 Doublc Oand SS Saddlc 1"to 12" ta s 01/30/Ol Ta in+Saddle ' JC�7 induslncs, Inc. N405 Coatcd Ta ing Saddic 1"to 12" tn s OS/10/I1 7a ingSiccvc(StainlessS�ecp ' Po�eerseal 3490ASPIanc)53490TU 4"-8"andlh" 02/29/12 33-12-25 '(npping Slcevt (Coatcd S�ccl) �i Rmnac PTS 240 A\VR�A G323 U> to 42" w/24" Out 0229/12 33-12-25 Ta in Sleeee (S�ainless Steep ' Ramac SST Stainless Siml ANNA G223 U to 24" w/212" Ow Prepared 2/29/2012 Page 3 C ITY OF FORT WORTH WATER DEPARTMENT'S uaonTeo: z-zs-2ot2 STANDARD PRODUCTS LIST Prepared 2/29/2012 Page 4