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